Loading...
HomeMy WebLinkAbout14-067 - Walsh Construction Company - Interurban Avenue South Improvements (South 143rd Street to Fort Dent Way)i— 14-067(1) -' —_ Contract ApprovalSheet 1 of 12/41171 L CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 9 DATE: November 6, 2017 BUDGET NO.: 104.98.595.300.65.00 PROJECT NO.: 90310402 CONTRACT NO.: 14-067 (om.) PROJECT NAME: Interurban Avenue South – S 143rd St to Fort Dent Way - Roadway Improvement Project TO: Walsh Construction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, fumish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. Original Contract (with tax) Previous Change Orders This Change Order (without tax) REV. CONTRACT AMOUNT $ 7,597,833.39 $ 238,828.77 Date $ 1,081,259.15 gB. SJ#i c�/f✓� �� Mayor1 .0„. $ 8,917,921.31 Original Contract Time: 450 Calendar Days City Engineer /% fit k4 / Additional Contract Time for this Change Order: 141.5 Days Updated Contract Time: 1,067.5 Calendar Days Contractor Wid(,sM CoAASTAI ic.TIe.v La .it, £4.G Title 4/t1.f /11.44/461C.t APPROVED BY THE CITY OF TUKWILA cembei S,aoi'1 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File a / /Z,1 6 /444-&S (11/2014) EXHIBIT "A" CHANGE: This Change Order settles the Contractor's request for additional compensation and is meant to settle all dispute, both disclosed and undisclosed, on the Contract. This Change Order also increases the Contract time by 141.5 calendar days, and will allow this Project to be closed out. Change Order Details: The Contractor, Walsh Construction, has asserted that, during construction, the project encountered unexpected impacts to the Contractor's work that resulted in significant additional expense to the Contractor. The Contractor has itemized requests for additional compensation that include: 1) unpaid bid items, 2) extra work orders, 3) gravel borrow, 4) sub -contractor costs for Pearson Drilling and ADP Electric and 5) additional costs for inefficiencies and overhead. The City responded to these requests for additional compensation and disputed the Contractor's analysis of cost impacts. On June 16, 2017, the City and Walsh Construction entered mediation to resolve the disputed contract compensation amounts. Several additional settlement conferences were held to negotiate and discuss specific merits of the Contractor's request. Item by item negotiations were set aside in favor of a global settlement discussion. The City's project representatives met with the Contractor's authorized representatives, and discussed the settlement terms to formally close out this project. The discussed settlement terms are as follow: Included in this Change Order #9, the City shall increase from the current Contract time by 141.5 calendar days, making the total Contract time at 1,418 calendar days. As a result of the Contract time increase, the City shall rescind the assessed liquidated damage of $358,364.32, which was assessed, but never collected by the City from the Contractor. On top of the liquidated damage reimbursement, the City shall also pay the Contractor $1,425,000.00 as a final settlement amount for all outstanding compensation claims. Once this Change Order #9 is executed, the final payment will be issued, and the Release of Claims form will be completed by the Contractor. Thereafter, the construction project can be closed out by the City Council. Page 1 of 1 CR2A AGREEMENT THIS CR 2A AGREEMENT ("Agreement") dated as of , 2017, is between the City of Tukwila, Washington (the "City"), and Walsh Construction Company II, LCC ("Walsh") (individually a "Party," collectively the "Parties"). RECPI'ALS A. Walsh was the general contractor to the City for a public works construction project commonly known as the Tukwila Interurban Avenue South, South 143`t Street to Fort Dent Way Project ("the Project"). B. Certain disputes arose related to construction of the Project regarding alleged differing site conditions, design changes, utility conflicts and relocation issues, contract quantity reconciliations, extra work orders, force account work, liquidated damages, the final payment due Walsh, and other issues in relation to the Project. C. Walsh submitted a claim/request for change and related data and analysis to the City in August and September of 2016 and the parties exchanged various correspondence related to the disputes described above. D. The Parties participated in mediation regarding the disputes and issues on June 16, 2017, administered by professional mediator Christopher J. Soelling. The Parties submitted extensive factual and legal briefing in connection with the mediation. Following the initial mediation session, the Parties convened several work sessions to investigate and to resolve issues through informal settlement negotiations. Following the work sessions, the Parties provided additional information to Mediator Soelling and continued mediated negotiations in good faith. E. To avoid the uncertainty of litigation and the expense including fees and costs, the Parties have agreed to a compromise. In exchange for Walsh agreeing to waive all claims related to the Project, the City agrees to pay Walsh the Settlement Amount stated herein and waive its claim for liquidated damages. F. The Parties desire to settle, resolve, and release all existing or potential claims and disputes, in full and final settlement of all matters relating to the Project. As consideration for this Agreement, the Parties agree to waive any right to bring any litigation related to construction of the Project against another Party to this Agreement, including a waiver of all claims regarding alleged differing site conditions, design changes, utility conflicts and relocation issues, contract quantity reconciliations, extra work orders, force account work, and the amount owed by the City to Walsh. NOW, THEREFORE, for and in consideration of obligations and exchange of promises set forth herein, the Parties agree as follows: SETTLEMENT AGREEMENT Page 1 of 4 167098.1 AGREEMENT 1. Contingency and Effective Date. This Agreement shall be contingent upon final approval by the City Council of the City. This Agreement shall be effective as of the date such City Council approval is communicated to Walsh in writing ("the Effective Date"). The undersigned will recommend the Agreement for such approval. 2. Settlement Amount and Payment. The City shall cause to be paid to Walsh the sum of $1,425,000.00 (the "Settlement Amount"), inclusive of the remaining contract balance of $343,740.85. As part of this Agreement, the City agrees to pay $1,333,000 of the Settlement Amount no later than December 8, 2017; the remainder of the Settlement Amount shall be paid within thirty (30) calendar days of Council's approval of this Agreement, but not later than December 31, 2017, and the City shall make reasonable efforts to expedite such payments. The City shall have no obligation to make any payments until receipt of all completed Affidavits of Wages Paid forms submitted by Walsh to Labor & Industries for all subcontractors. Under Rule 171, all applicable sales tax shall have been paid by Walsh and this settlement reflects a comprehensive agreement between the Pat -ties to settle all issues. The Settlement Amount constitutes payment for labor and services rendered for the building, repairing, or improving the street, road, easement, or right-of-way commonly known as Interurban Avenue South which is used by the City primarily for pedestrian or vehicle traffic and is, therefore, exempt from sales tax. The Parties will not be separately or individually responsible for any additional sales tax. 3. Subcontractor Releases. - Within fourteen (14) calendar days of the signed Agreement, and prior to any payment due by the City, Walsh will provide "Affidavit of Wages Paid" forms to Labor & Industries for all subcontractors and provide a copy of the same to the City. After all forms are received, the City shall release the respective Performance Bond(s). Walsh shall defend, indemnify and hold all City officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses, suits, debts, obligations, promises, agreements, contracts, actions, causes of action, attorneys' fees, and demands of any and every nature whatsoever, known or unknown, which exist, have existed, or may have existed, or which hereafter can, shall, or may exist, arising out of or in connection with the payment or performance of a subcontractor or independent contractor hired, retained, or employed by Walsh, which pertain in any way to the Project. 4. Release. Except as otherwise provided in Paragraph 5 herein, the Parties hereby mutually release and forever discharge each other, as well as their respective officers, directors, parents, subsidiaries, affiliated companies, employees, insurers, sureties, bonding companies, contractors, subcontractors, attorneys, consultants, successors, assigns, and agents, past and present, and anyone acting on their behalf, from any and all debts, obligations, promises, agreements, contracts, actions, causes of action, claims, demands, and liabilities of any and every nature whatsoever, known or unknown, which exist, have existed, or may have existed, or which hereafter can, shall, or may exist, which pertain in any way to the Project. 5. Exceptions to Release. Notwithstanding the above, any rights arising out of latent defects or out of warranties required by the Contract Documents for the Project, and any defenses thereto, are not released by this Agreement. The City represents that it is not aware of SETTLEMENT AGREEMENT Page 2 of 4 167098.1 any existing defects or warranty -related claims or issues regarding the Project that are not being released by this Agreement. This Agreement also does not release any claim by the City against any third -party regarding the Project. This Agreement also does not affect any rights or obligations contained in the Contract Documents regarding the defense or indemnification of third -party personal injury or property damage claims. 6. City Letter. A representative of the City has signed and shall deliver to Walsh a letter regarding the Project in a form previously agreed upon by the Parties within two (2) days of entering into a signed Agreement. 7. Project Closeout and Change Order. The Parties shall cooperate to identify any outstanding as -built drawings, affidavits of wages paid, and certified payroll documentation required by the Contract Documents for the Project, if any, and Walsh shall submit the same. The City shall issue a final Change Order adjusting the Contract Price to reflect the Settlement Amount specified above, rescinding the assessment of Liquidated Damages, and extending the Contract Time to reflect the actual dates of Substantial Completion and Final Completion. 8. No Admission of Liability. Execution of this Agreement shall not constitute an admission by any Party of any liability of any kind. 9. Complete Agreement. This Agreement contains all the promises and covenants made by the Parties. Except as otherwise stated herein, this Agreement supersedes any and all prior documents, discussions, communications, representations, understandings, negotiations, agreements, or contracts by and between the Parties. It is intended that the only obligations which remain between the Parties are expressed in this Agreement. 10. Non -Reliance. In executing this Agreement, each Party warrants that it is relying solely on its own judgment and knowledge, and that it is not relying on any statement or representation made by any other Party or its agents. 11. Representation. The Parties acknowledge that they have been represented by counsel in the preparation of this Agreement, have been fully advised as to the legal effect of this Agreement, and have executed this Agreement freely and voluntarily. The Parties further acknowledge that all have had the opportunity to participate in the drafting of this Agreement. Thus, the principle that ambiguities are to be construed against the drafter shall not be applicable in any litigation concerning this Agreement. 12. Binding Agreement. This Agreement shall bind the heirs, successors, representatives, assigns, and affiliates of each Party. 13. Venue. Any dispute regarding this Agreement shall be governed by and construed in accordance with the laws of the State of Washington. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the Parties specifically understand and agree that venue shall be properly laid in King County, Washington. 14. Severability. The provisions of this Agreement are severable, and if any part of it is found to be unenforceable, the other provisions remain fully valid and enforceable. SETTLEMENT AGREEMENT Page 3 of 4 167098.1 15. Authority. The individuals executing this Agreement on behalf of the Parties represent and warrant to the other Party that they have the authority to bind the Party on whose behalf they execute this Agreement, except as set forth in Section 1 herein. 16. Execution in Counterparts. This Agreement may be executed in counterparts, each of which shall constitute an original binding Agreement, and may be transmitted electronically. 17. Entire Agreement. This Agreement contains all of the agreements of the Parties with respect to any matter covered or mentioned in this Agreement. No provision of this Agreement may be amended or modified except by written agreement signed by the Parties. WALSH CONSTRUCTION COMPANY CITY OF TUJKWILA, WASHINGTON II, LLC By: Print: Its: Its: Dated: ///z7/ 17 Dated: ! I/; .O j i)i7 RAN ,K.)4.5 Te. By: -�i Print: 11 Cul E kFes' SETTLEMENT AGREEMENT Page 4 of 4 167098.1 Sreet 1 of 2 4 � - CONTRACT,CHANGE ORDER NO. 8 1908" DATE: 10-12-15 BUDGET NO.: 104.98.595.800.65.00' PROJECT NO.: 03-RW02 CONTRACT NO.: 14-067 .PROJECT NAME: Interurban Avenue.S. . TO: Walsh Pacific You are hereby directed to make the herein described changes to the plans and specifications or do the '. following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the"Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner"which are incidental to or as a consequence of this change are waived;and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Revisions to Soldier Pile Wall and Permanent Barrier I The City wishes to formalize by change order design revisions to the contracted roadway improvements by reducing the length of the soldier pile wall and extending the length of the permanent barrier.The changes were prompted by independent review of the site conditions after contract award to minimize impact to sensitive areas and improve pedestrian safety. The change eliminates 5 soldier piles and reduces wall length by approximately 35 feet at the north end of the wall and extends permanent barrier by approximately 68 feet on the south end of the wall. These changes were originally transmitted as draft CO #1 in July, 2014 and the SP wall was installed without the 5 piles eliminated by this change Revised drawings that detail the changes and an itemization of bid item revisions that quantify the changes 1 are attached. The net result of this change is a reduction in project;costs and credit of$7,482.52 to the City of Tukwila. All work required by this change shall be done at contract unit prices unless otherwise indicated in the itemization of revisions. 2 i i I i 5heet 2 of 2 uaiN )2 rsoe I We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this change order is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work'above specified, and will accept as full payment therefore the prices shown above and below. This change represents a fair, equitable and complete compensation. ACCEPTE e Z/cif/6 Contractor:Walsh'Pacific By Title 4R. c Original Contract (without tax) $ 7,496,650.20 V APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 246,311.29 v Date. This Change Order(without tax) $ (7,482.521 ✓ By Mayor REV. CONTRACT AMOUNT$ $ 7,735,478.97V En9ineer`f=4± tom dditional Calendar Days due to this change: 0 (zero)calendar days added ---------------------------------------------------- -------— ---------------------------------- ORIGINAL: City Clerk(1 of 2) cc: Finance De artment(w/encumbrance) Contractor(2 of 2) Construction Inspector Construction Engineer PW project tile: 'O O CO - d O NOOOON O NtoOOOt!') OOO N O to C� M � V', er O V. 00 O Co tC O O O T O tb N 0 D7 NtiNd• d'Imo. fl NCoMt- rrCTCVLO .:C Q y Co N , ' r h. ' LO I-- V•.00 V• CA OWNZMMWCON � i� to Co n - to V• V' V•. O Co CO N V' O co LO .V tY a- r tz N 40i N T M N 0 .F- U ci Z ,O co c b U t» Ei3 to Efl Efl Efl E9 Er>EF}�»�»EA �»�»E»El} E9 Eli Era�» tf? °i cn U Z 0 N U N N co O IR CO 00 q V• 00 O V N CO 0 e-.d• O M i- r-i I'R Q T P- "0 00 O .ti N QStoO CAO) NV' O NOOONNCANO 00 CD O O fo CA CO 'o n r tc) O�=,O c0 L6 co, co c0 Co CD CD (z tri N w m N co Cl) t+ N 0 sue- 0T0 � NrM MN r. -. � co O Cli V _ � O .` C 'w 'EA EA Ef} FR E9 E9 Efl E9 fA E9 ER EA ER EA ER ffl EH Eli E1 ER 6916o 1 Eli El) F' O :W >- m >- u ti LL U. >- M LL U. LL ti U. >- ¢ Q¢ ¢ Q¢ ¢u) N _ U U J U J J J JUJJJ CO J J 0w W w LG! W W W ._! l t 00 ;�. W O N O O '�Y O OMNOOMf.• I, ONMM10000 - ER p0 h 'v OTCM M C? L9 Tr to LL Q3 v M. C p Ct] _ CO 6' CD +ya7 O 0 o O U m . m. , 4 t[) C W c to : o C� .. t a p 'c3 e o U C o a� m ca C > m E �i'S a) (D �pc v � 0. m O' n > � c � N � o �6co 0 •ma o cc ca cm m Nm� ? m c? N d Z.. 4 3 - c� c m o � m rn = _ m ca o �t` >- o r° � � `m ~ LLO m E if 0 2 0 � �cn = CC 'S0 m@ o Q o° o w E cD mo � ,m ca � U- ` o � 'w g vv° 'a Uj O o "- ` CD oO o m m rn o cu rn•@ mm as ca m Co � ` c - Q - rn M -p O x rn m c co c m m m m c U3 FL m c c a o •E o V a� Q WmMvmo w c cF m °? ncEsa- J L- o m f0 ca o U y co � �° c - m Z g v o c o m 5 v XUL m N C C O oU m c cU ,cc; E Z _ ¢ CLCL'Ucn2w m � = N C7 m d o m 0) w ._ �_ LL �? m CC @ E m E E � Cr cc c c D a cnaadaada-. p o .� o m m m o .c t6 c ui LLO c M * Q in U in CD CC n: CL 0- 0 (nMLLJ = wD � ►°- n a `an. aaa`. < o� d O � c Q W m m > Q Q v W O N N CV O O O Orr Co CO Co P- '' NNNNN NN NM v •✓ O J O O O O r r r e� � - rr rN z O W 0000000 00 v I=- c Z O Z > > N m co cb to c0 cn co co co co cc cb co r` cb oo ao m ao co ao w co c`a o. u. F `� � w to o a o o 0c a CL Z 0 2 CO ry 00 rn 0 - c� v to rn v co iL T G 0 n co N M V to ca L!.) m R CEO Z Q N N N M M M MMMM � V O O � Q NNMV OOCOtotp 0 = _ T r T r r T r T T _ — F I ZZ 133HS DD+bI tl1S 3NfiH�1V €°off "invr o s F w Fi- N b z � �m_s a �'jmq Ir�T' 61 F5 pig I '� ; ea9c+at I z Bed 0 3 I .OS'O4. i to.'wa I Ogg a ,..LU t, I m H u o 0 `i Ii r w i3i ' 86'86+0t .OS'061 © a LU d r ZE y� C3 m M=3 im Mo g Wgag �S AVM 1N3 INW o � _ W.. LIJ J �o I 'z� Oo LLJ d� m o w o o �z shy 4R Yea tQ~-. a o H mow° O I �e a r w� r _ U / 1.00 b1Y n rll S�iNyq �g �q€� � 0 8 2 fix .. bl �. 1 $ � gg Elm OG Ile UA U � � w U y � .._� ae. n " ° ;m Z r W Vol� „ r aRs; 1 _ ' z MFG 30 b N ISff v,I tea: o ,� F. ° ob, i < day ° a. Z � ai t � 0 0 .. II �� w oig : g � `\ zg - MN 1 EN 2g E "O O O 0000 0@ss 0 @0 > 1 z � I 5 M CL ao f5w 3 qq f }05+41 It 4 `°g 6 6 6 N 66d 3 b p..- tr y °UJ z 8� L Io j 1 O is m.M 6�Bt�� tt 11 y ...w G Z 00v k' t ° .O � O �i r mow •.. g LI i At Qi mi- mx i d1s aNn uoro� _ _ a ozi3�soo LU zi R2 e Eggs g a O S Cl pa z v i33HS 00 61 V'S R H,71 b'W ta n ° L zm 01 a a F rc v p Q° 11314S SIHL 00+} VIS 3Nn H01 AW� Lul ;I t2 PAU I F. 11 --- r �i. L r r i M � , I I Al i t I a. + (' J I vU rit,j — 11 4 I 1 } I AtlM1NM1110A I � ' 1 3 � 3 '4 awn Y33H5 SINS 00+>I � 'q Mgr i d v v - rro2rN o� - ze Vim mz w ro « j g Z n O. <a> <a> 00+61 V1S 3N 133HS SIHI 00+t1 tl1S 3NIlHOitl + �' 'LU g a R Q Lo 4 � 1 _ 4' rnw �w4a z ouj No0 mO yy 1 e� &, I �.y I° ,f I I I I ' sI41 _ t v a y u I AVM 1(d30 1}!Od { I 7 s h, y33HSt SIF0. 00+41 tl15 3Nfl H vry ;o� SoP LLI D o z 14 > Q z Rig n tg m 4 M n m G I �10 TI o 99 Lu ul aHs 0 W Jae' (JI 4m*:s z � € zoo ��3 � � m 1.4 9 gig A 'IM E m 90 LU 2all 1 R go Eg A ig-T X 0 A 0 Pi o Q�G add 69�a z�N� ZSnQ ��z x� CS i33HS33S 3NIl HO1VW M 133H5 33S3Nf!HOLVW ! I...� , 611C 13, n 06'2Y+ZI V19 t I ; I I :f 56 13 1 n4 L9b2i'Zl'Lf VLS i W Lu Lu m� Q I 'qq�j�� lZ LU � � 1 W 3 II.� 11 971.751 I,J 099G+I t'.NS w I .7 N N •-- I ViS 9L'ZSitf — — — � III rl I I L6 fl Fn .NISfL SZ+H V15 -z!oy BI'6f 13 £Z'6C 13 •i-- I i_ 00"00+u'V1S _ ZCtS+01'tl15 6 dV 1 OZ 6L+Ot'V15 t = ZZ SL+O!­S/ a �M1I4 ( I 496C 13 St5940L `li ® tw n 3 1 ,a Sl'6Z+Ot VIS LU Ti 996C13 W aV.� , o � ! SI'4➢+01'HAS � '{��lJ' ® o — I nn•nr rot NMI03O I � IIIIIi I1111�;I 61 I�IItf�111111111 3N b O C a SNt NC S 0 art M� z33 °w "w a 3 m w k z � a J J ITI lilrl l Z LU I o J CO n_ '17tlM , I - - - co GM me uj H ° U _ R9 909E-G trw f6 t tj 1 f} 3 8 „ m 3 LO fi t s a �9itl'ViS 1' o •w Il II CL a n: 3- 1 w M90 13 N 40'9V+£i'Y15 1 n e I v is 1 OD'Z++CL Lt is t I a { CW VC'L£-Il/ a 1 I 1 I b6ZL+Zt'tlt5 I a BIC'13 _�� I _- ZS 133HS 33S 3NI'I HOlVN H_ ZS 133H5 335 3NIl HUtlW D 9 n o ®pI a�I a �w o < PRE B\�fl %it xrw zA t .4/, to U o g -am as � a OI Z *1-� W i ja, oz t7 �I�`i1 C7 X—It A �25 NIN a a ® 3 al n i) 3 03 r`c°�c'i Z —r ® �A HAP s U ��k 90 o s e t5 ens io 310ain iv �- -3'u a ass zs gig Lu I I _ �•. I. I w. rx �. ,Z. C5 Z LU II Ii } 3 { Dd °�' 'z I I N z M W d.. w a w. .. w� : F— w - o� m� 0 H U, i }} z t 'N@ li $5 ` LU ga b ryi � sg 4 w A :N Nog mun 3a ax Qi '�2 «5 H �a aN 8 � Nry4 SN1N4T� 1 A e €is W ow it II II F Lu 1 _ Ii I I 11 W II. II II r w o � L I� h W W z. UJ S I tl it it 6dd h 0 m y r w o LU a rc l� W JIM a W al"VdS ATIVIID3 Sava � o Q1> LU o m m� mL I i rZ a aaraa w� '1 . .S-.l' �. I IF .9/1 6� F ! z� W ' � f`III61111H— I I I I IIF Z�I - vti � illlliiiil (il I �1 1 1 L _(_ I o�¢ �_1= —_ �1 X1111991 III l I I l-,'II ki '� _ i""I III EE l 1 I (il 111 1 9aaB,4/t a�a .9-5=.HtON31(NB9335)11NIi NOLLGNtlFLL .B 1 .9-.Z .4 •9 4, 30�� 1d&mP9& ads dbobilmim —41— I El R z UQ Ra Q LU s u Liu LU Lu 'j a24 LU ,I zz z¢ C LU U) Z Z M<,O LU U)Uj 2 -1 0- .6-j OWWR 11 LU Irr-- J—L-j 1--i—T-111 F- T F F 1-J--H�11- F T— IT—T 1- 4-—1-- Fol I T T aldk O;d 17- 1---r i F 10 7 T F F T 1-7-7-1 r T1 I fi=1 I o 6 lu 5 T—i 1-7 1 1 Z'i T- I —1 F I F I—I I 7 T—11 4_L I 1 1. .o it CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 7 DATE: 10 -20 -15 PROJECT NO.: 903310402 PROJECT NAME: Interurban Avenue S. TO: Walsh Pacific 14-0670) Council Approval N/A Sheet 1 of 2 BUDGET NO.: 104.98.595.800.65.00 CONTRACT NO.: 14 -067 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Local Agency Disadvantaged Business Enterprise Utilization Certification Change to the project Condition of Award The City is issuing this change order to reflect a change to the Condition of Award (COA) Local Agency • Disadvantaged Business Enterprise (DBE) Utilization Certification that was required at the time of bid and approved by WSDOT prior to. award. This change is necessary due to project change orders, the decertification by OMWB of Global Concrete Cutting (Global) and other factors that have resulted in revisions to DBE work assignments and contract amounts. These changes result in a DBE dollar amount that exactly matches the original amount. The new DBE Utilization Certificate and a summary table is attached and includes the following changes: • An increase to 1- Alliance Geomatics amount by $5,000 for additional work related to change orders 02, 03 & 04. /5/ 0 6 02 Og(6//1/% -45 • A deletion of Global work as Global no longer exists as a company and was decertified by OMWB on 5/12/15. The work that Global has performed to date is still included but their removal results in a net decrease of $112,268 to their contract. • An increase to AAA Contractors amount by $8,346.50 for additional work for the modular block wall extension based on Field Directive 18. • An increase to Pearson Drilling of $100,221.50 for additional work for the soldier pile wall based on Change Order 05. • A decrease to Terra Dynamics of $1,300 based on small deletions of work from Change Order 03. Terra Dynamics is aware of the deletion to their work and are not at a loss on any already purchased materials for deleted project work. The net result of these increases and decreases is zero. This change is administrative with $0 change in project costs and no time impacts. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this change order is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. This change represents a fair, equitable and complete compensation. ACCEPTED. D /d/2// By Original Contract (without tax) Previous Change Orders This Change Order (without tax) REV. CONTRACT AMOUNT $ Contractor: Walsh Pacific Title Ray Riojas, Area Manager $ 7,496,650.20 v' $ 246,311.291 Date $ APPROVED BY THE CITY OF TUKWILA 0.00/ By ayor i:c41;Lve.6- $ 7,742,961.49 City Engineer additional Calendar Days due to this change: 0 (zero) calendar days added ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance) Construction Inspector Construction Engineer PW project file: Local Agency Disadvantaged t5usin-es Enter pr Ise. Utilization Certificaticn To ba.r.illge for ilt.yarCi af ths p9ntrakiho t.4 aqd -stisittrifli as Pikeklitct biativar*Ige(i Otri00,54 EnterpririTe tJtikat1ori cgi.fidation relating to ()ISaCivpcitagadf.!std Finterprise*(i)B.F.) recitIti:OtAeflk 1 i C.4rift.40ting Agency shalt Oitilarder. a pon:reaponsi(mabel:alitlf feject ahV tow ot.00.6001 twit cipef;1.10.t cm1 f a DBE ceitificritien wl)ic b PiPPeri% 61-dritattate§ that the bidile-6yili bidet the.. DBE Partioija6tkitt ierAtiirernet its in one of ti* MahnerS pf;-avided for in the Preposed cont; act. "Ttie gidder must submit good-faith ef for tdocumentation c,n(vin tho evarqthe bidder's efforts to sokit sufficient DM:: pa tticipa (loft has been unsUccesSittl. i hc •succeS3td bidder's Disadvantage busIness.EnterpriselitilizatIon Cedificatien-shall be dee tneci a part atilt: r-eurtirgdoOtract;lotoriiiation enitettiftetf flails is available from bM‘Ai13E, telephone 3i3Ci-B.73tt orToU Free 'i-8tie;:268-1.064. Cd NS TR octioN LL,C ocelot that the brsadvaritagedbusiness EnterOffse (DBE) reox Wron of el:cfder Firms listed below have been contacted regarding participation on this project. lf this bidder is successful on lhs project and is aWitithti 016 COrlifaCt, i sholl.assure that suborn itracits or supply agreements are executed with those (irms.whero an "Amount to be Applied Towards (3oar is listed: "(if neces.inry, use a:fclittonal Disadvantaged business FtieilSrise Subcontracting doal: 1)11,101000 - Box.2 bbt Total $ ..04_401‘f—if Box . * Regutar Dealer status mutt be 0011(0.V0C1Pficir to bid subrnittal by the Office of Equal Opportunity, ytiaSh*: State Dej)t. of Transportation, on each contract: ** See the section P.CreditIngbst Participation Toward Meeting the Goal' In the Contract Document: *ics The Contracting Agqncty will amountoelerinifle'sWetheqrnotLh bidder hattlet the goat. (Ole eVent,of anarithirelic differencji between this tibial and the sum"of the Individtrat amounts listed above, then the sum or the amounts listed shaft prevail and the totat Will be revised aPciNclirldfit Participation n eidO4s o th.goal.aritoiotwitt be conSideredqo10(aary or face-neutral 04rticipation, SR '41111A 11.1" C.. i I C:A r.".#1.43.: k1.4 •■■114,1•■•.,s, AfliA111 iNtna ...Arr. • a f DOT Foan 272-056A EF 07120i Fitag I 0;22- Col 2 Pro ject Aol e • Prtme, Joint ■enture, . " Silimiontractor, ManufaCtu ref, Rerjulnr Deafer) ,'"oltrpiti 3 •• • Des-cription of Work C'eltir;in 4 " Anieutit to be Applied Towarcis Goal 1-405-iveneril---)evi-kzfir----sA9.609,43,..ie.a.kEtc.....—ard trnt—t---iral're09 ------- -. 7------ a- -;--- 4 - ___ • :-.1.:sitrkt,,,,eklatesizirara, 6.4r..eiectire.h.or ,... . • _;4762...,;;Itax.whp3.1 . 4APi 000 . Do •,,...,,,__-:--_.z.„,---- • — .......... SLA/ve-a- v c,,,, 0 3 • L AthakiNco_ fl3sieNA1j e.,5 i Li- C D 4- M. c)0.9 pet 4 -Ike- Ba- L, IvN.c.. soocevdyztelor C-,rost4A", eche...it-v-01 t-LA 11 OD. 90 . ___ 'MP GO 631 .5,14E5or5.65rtzstrizx-iten--„h,Tt_ Curk6 Zt-4 Siwei- --,, tfet ..: '.' UMW& 1 • - - - - — - , 0,1 lottnil...S ' ' ,2,e - 4--- 6: !.f. .t... 7-T-r.-tsuceofgaivr---.62704-btt.464.4,9(s.- Ia'relzmfre_ 1).3M SS3L v Scow Co r■c ra-i-o- bsrea■c-‘1- eb-A coihrt. A 1 s 0,\ >VIS, 2-t4S. DC _k_.1.'vver1ta_h_...1.risk.... .• _. _. SOtocol\Tractor 1t.1 tVLIC•1‘^ :frvott:A1,, orcGi free- Gett.oce..4ektyl-tce■ s 9sio. avA 1.42:1,,s IN. Ne.)4( i ,,v,vAe1/4-,ru% CoiNS-h,teites&' v2:615 6-C4.11°() 724'156° 41) 16.AAR . cpvira<E-ors 1)4- tioaQ) e09 j‘o c44.24.r, Disadvantaged business FtieilSrise Subcontracting doal: 1)11,101000 - Box.2 bbt Total $ ..04_401‘f—if Box . * Regutar Dealer status mutt be 0011(0.V0C1Pficir to bid subrnittal by the Office of Equal Opportunity, ytiaSh*: State Dej)t. of Transportation, on each contract: ** See the section P.CreditIngbst Participation Toward Meeting the Goal' In the Contract Document: *ics The Contracting Agqncty will amountoelerinifle'sWetheqrnotLh bidder hattlet the goat. (Ole eVent,of anarithirelic differencji between this tibial and the sum"of the Individtrat amounts listed above, then the sum or the amounts listed shaft prevail and the totat Will be revised aPciNclirldfit Participation n eidO4s o th.goal.aritoiotwitt be conSideredqo10(aary or face-neutral 04rticipation, SR '41111A 11.1" C.. i I C:A r.".#1.43.: k1.4 •■■114,1•■•.,s, AfliA111 iNtna ...Arr. • a f DOT Foan 272-056A EF 07120i Fitag I 0;22- ti• Local Agency Disadvantaged Business Enterprise. Utilization `Certification To he eiiiii. le for' ag ar�l,of,ihls rnntract the bidder rqu t fit! out and subtnit;'�s 00..o(.ttarbtd ptopo a% the foliot?wing;DJsaa' vantage'.. Business,LnterprisA Ottli ?atioh t,citi(ication relating to pisadvanta jed Btls1ness E ter •rise' DB re Ui eme ts, TtlaCoilttQCtin A "envy strati co?jsitfe* as tiBn- reapohstye and shai(teject afif bid proposal RikKi.96s not corjtatn a DBE ;Certification whtoh properly deitionstrrates that the bidder will meet the DBE patricipation reciulretnents in one of the tharrncrs provided for in the iirbposect contract. Tire Bidder ►trust submit. good faith effort dortrmentation prrlv(tr 'the.even the Udder's fforts to solicit., iclent I)f3E participation has i' e °tlf(' been unsuccessful.1 •he •successful bidder's raisadvantago 63usinesr,.i?nterprise UUlizalion Ccrtificatton shall6e deemed a part of the r`es'ulting cor {race. lnfortiratibn on Cettitlect firm!; fs available ?mill OMWt3E, telephone 8001GG�1 -�l50 or Toll Free 1 -608:208)106A V� S 11 Co i6T12-1c *UO)J (0 -4' LC certifies fite't the bisacivaritagecf'Buslness Enterprise (DBC • feox-1i Naraooriiiddc( ) Firms !liked below hayo been contacted regarding participation ..on this project, If this bidder Is successful on this project and is awarded the contract, it shall.assure that subcontracts or supply agreements are executed with those firms where an "Amount to be Applied Towards- deal" is listed: If necessary, use-addition i shee }:j ddlurnry 1, . Name of DBE Certificate,Nutriber 1.^ @ar$dV1 ('i1 i (hG D ,.Ho1o1g4 Coliunn 2 * COltiMr 3 . Project Role (Prime :Joint Ventura, • Sub'coniractor, Ma nufac(uiet, Regular Defiler) Description of Work 5� bconi'hactf Di ilket &i• k- ock stw04\e∎ Cdtumii•A Arnount to be Apf7lied Towarcis'Goal ** • �,�:�•.. 0 X- iii • a) 'toi+ttioy -- (aij"-tt3U: t3c, itc'i� -- �� Y- 1!Ql._..�.il_1.�dL�1Ci�.{�S -, i t/1l. • �..t ,1,,..., . s,..._ ei..,. �1 Yt''�d► lAi�f t)l/l 7. vart5rwu�l1 i v+, eILtr¢fi'j� V'-► 10. if? /6,;* 3. s Disadvantaged business Enterprise Subcontracting dpat: { " *'• ) H P 3 O o a 013E Total $ ++1 t7 a io v-- Box2 Box3 * Regular Dealer status must be approved prio(to bid submittal by the Office of Equal Opportunity, Wash'; State Dept. of Trahsportation,'an each contract. ** See the section 'CreditIng bBB participation Toward Meeting the Goal' In the Contract Document *" The Copl(actrng Agency wiNiltre.thia arnOo.nt to'deterrpine"lytlether or not the bidder has met the goal, In the eventof an arithmetic dffferprice between this total and Ihe'suni of the Individual amounts listed above, theh the bum of the amounts listed shall preGaii and the totaiwill be revised accordingly, Farlictpation in oxoess of the goal ainountv/tit tie considered voluntary or race•neutrai participation, SR DOT Faim 272•O5reA ET 07/2011 City of Tukwila Interurban Ave S Fort Dent Way to S 143rd St Condition of Award (COA) Analysis DBE Subcontractor Description of Work Original COA Amount Revised COA Amount Differences 1- Alliance Geomatics, LLC Surveying $ 70,000.00 $ 75,000.00 $ 5,000.00 The Bag Lady, Inc. Erosion Control $ 24,900.00 $ 24,900.00 $ - Global Concrete Cutting, Inc. Concrete breaking and cutting for demolition $ 123,243.00 $ 10,975.00 $ (112,268.00) American Pride Dump trucking and trucking, specialized freight $ 287,500.00 $ 287,500.00 $ - AAA Contractors Earth retention system and retaining wall, masonry, construction $ 22,550.50 $ 30,897.00 $ 8,346.50 Pearson Drilling Inc. Drilled sharft consturction and piling foundation $ 396,000.00 $ 496,221.50 $ 100,221.50 Terra Dynamics, Inc. Irrigation project construction, earth retention system construction $ 217,970.00 $ 216,670.00 $ (1,300.00) Total 1,142,163.50 $ 1,142,163.50 TERRA DYNAMICS. PO Box 2479 •Auburn,WA 98071 253 -880 -3100 • Fax: 253 -880 -3109 February 10, 2015 TDI Transmittal# 9 Walsh Construction Company 11, LLC 16400 Southcenter Parkway 501 Seattle, WA 98188 RE: Interurban Ave S TD -415 Landscape Scope Reduction Attn: Edward Meifert Dear Mr. Meifert, I have reviewed the two forwarded Change Orders, C0 #1 and Median Modification CO, that amount to approximately $4,200 in scope reductions to our subcontract. Terra Dynamics acknowledges these minor changes in quantities and confirms no re- compensable or undue impacts associated. Sincerely, Todd M. Wood Pr6ject Manager Terra Dynamics, Inc. 16400 Southcenter Parkway Suite 501 Seattle, WA 98188 PH: 206-394-7300 FAX: 206- 394 -7399 Interurban Avenue S 16400 Southcenter Parkway Suite 501 Seattle, WA 98188 Tel: 206. 394 -7300 Fax: 206- 394 -7398 Walsh Construction Company II, LLC Job # 214046 TRANSMITTAL TRNS -00550 CITY OF TUKWILA Contract # 14 -067 Project # 03 -RWO2 Date: April 6, 2015 To: Ed Berschinski ANCHOR QEA, LLC 720 Olive Way, Suite 1900 Seattle WA 98101 TEL: 2068196009 FAX: From: EDWARD MEIFERT Walsh Construction Company II, LLC 16400 Southcenter Parkway 501 Seattle, WA 98188 Package Transmitted For: Package Sent Via: Line Qty Item CC: Approval, As Requested Reference `Remarks: Project Contact: Project File Description Status Project Partner: DBE Plan - Revised Signature: Signature Date: �► Disadvantaged Business hington DDe ,eent of Transportation Enterprise Utilization Certification To be eligible for award of this contract the bidder must fill out and submit, as part of its bid proposal, the following Disadvantaged Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise (DBE) requirements. The Contracting Agency shall consider as non - responsive and shall reject any bid proposal that does not contain a DBE Certification which properly demonstrates that the bidder will meet the DBE participation requirements in one of the manners provided for in the proposed contract. The Bidder must submit good faith effort documentation within 48 hours of bid opening only in the event the bidder's efforts to solicit sufficient DBE participation has been unsuccessful. If submitting a good faith effort bidder needs to check Box 4 agreeing to submit good faith effort within 48 hours. The successful bidders Disadvantage Business Enterprise Utilization Certification shall be deemed a part of the resulting contract. Information on certified firms is available from OMWBE, telephone 360-664-9750 or Toll Free 1- 866- 208 -1064. 4L14 Cedsravcx,oA-i (L) 114C certifies that the Disadvantpged Business Enterprise (DBE) (Box 1) Name of Bidder Firms listed below have been contacted regarding participation on this project. If this bidder is successful on this project and is awarded the contract, it shall assure that subcontracts or supply agreements are executed with those firms where an "Amount to be Applied Towards Goal" is listed. If necessary, use additional sheet.) ‘ Column 1 Name of DBE Certificate Number Column 2 * Project Role (Prime, Joint Venture, Subcontractor, Manufacturer, Regular Dealer) Column 3 Description of Work Column 4 ** Amount to be Applied Towards Goal 1. PC444i7,tl tD2f1,LIN4sf Jtii4 5 (AI ptui Siti - G0151`tiyL11w+s' (o -1(, P t tAiG w�,a 0,4rt oki 1 ei `t 6 ,22/.0 1 l. M s y r a 2. TCV itii OYMAitit GA- 1A-1C. 5tJt3 IrZ�44ro,.¢ p.4.4 >~cr c0,4s1 ✓ c,�, E ct- -+-i (1-: +tm1 -7i,),! 'OEM 60.4 9.444 t14,16-9-0 ZGK r 7 v c Z 6 ° 3. 1.-- Fl 1.1. /�tC 6D,P- t14i`u..5 4 Lt,G 5 iJi rr, t % r �9(.9� D4- M r�P 27`17 -e 4. `Tt4E 4& L.4Ar , / N C 5v�3 ''MS/o,J cc6.e -ot.. $ , Z4,`i0c DiF&0163''14 5• ;41'1()7 -i CA-hi Pn-t be C,1-e. 5vcs bum(' i`rmit id t, 4.2.0 (atucictar.,.4PEzt4-tvfLv run rf-' 7 9t,S- 0 +04 h't ou 1 c 63t 6. AAA c-°,.f ra 7•o 4,5 S03 € .,voi n s't-0.,t rio f 4,. '5relti 41.1 4„..1 r r pin 's$41ti 41-0 sr-uu '', pei4 I> 4MOJtf ou6i 7. 6 I-0 (3vL &nil cett- tti Cfr`rtutt: r Ale. 4 a 6 Cu apat-ft IS el .:41e, Ai G +9-.tt: c✓'t�'t,,[6 r...," a- pbrwu r o,.t f e, c1 - 5 iJ 3 AI 5 5 2.7-4-17._ 8. ii- -4)3 &P2e-}fi 9. C 'A-rack-6.441, Arref-04—sclOpk•Crtar-t-rd-c s d i3 10. Disadvantaged Business Enterprise Subcontracting Goal: i i 4-61 v c94-1 DBE Total $ i t 14 Z t 6 3 . 50 * " Box 2 f Box 3 ❑ By checking Box 4 the bidder is stating that their attempts to solicit sufficient DBE participation has been unsuccessful and good faith effort will be Box 4 submitted within 48 hours of bid opening. * Regular Dealer status must be approved prior to bid submittal by the Office of Equal Opportunity, Wash. State Dept. of Transportation, on each contract. ** See the section "Crediting DBE Participation Toward Meeting the Goal" in the Contract Document. * ** The Contracting Agency will utilize this amount to determine whether or not the bidder has met the goal. In the event of an arithmetic difference between this total and the sum of the individual amounts listed above, then the sum of the amounts listed shall prevail and the total will be revised accordingly. Participation in excess of the goal amount will be considered voluntary or race - neutral participation. DOT Form 272 -056 EF Revised 05/2012 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 6 DATE: 04 -21 -15 PROJECT NO.: 903310402 PROJECT NAME: Interurban Avenue S. TO: Walsh Pacific 14-0670) Council Approval N/A Sheet 1 of 2 BUDGET NO.: 104.98.595.800.65.00 CONTRACT NO.: 14 -067 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: The City is issuing this change request to make frontage and storm drain system improvements at 144th Street as described below based upon information provided by the design engineer of record in the attached drawings and supplemental unit cost tabulation. The improvements are being made to ensure storm runoff is collected in the area's lowest location and proper drainage is maintained on the proposed pavement. The work involves the deletion of an originally planned catch basin and pipe run, the installation of two new catch basins and pipe run, thickened HMA edges, and an increase in the extents of asphalt grinding and paving to the east on 144th street to account for the full area of disturbance. The project's Contract bid items encompass all components of the change, and therefore a quantity adjustment is being made for the items listed in the attached unit cost tabulation. The quantity adjustment results a net increase in project costs of $7,155.38 to the City of Tukwila. No calendar day adjustment is being made with this change order. • `51-(/ de(C((4/\/R,3 Sheet 2 of 2 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this change order is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. This change represents a fair, equitable and complete compensation. ACCEPTED: Date 47'5'1(5 Contractor: Walsh Pacific By E`INw4/1/0 ((ACV-twit— Title pm Original Contract (without tax) $ 7,496,650.20 / APPROVED BY THE CITY OF TUKWILA Previous Change Orders $ 239,155.91 1 Date This Change Order (without tax) $ 7,155.38 By iREV. CONTRACT AMOUNT $ $ 7,742,961.49 Engineer -1 '64 k:$ City fl � Additional Calendar Days due to this change: 0 calendar days added RIGINAL: City Clerk (1 of 2) cc: Contractor (2 of 2) Mayor Finance Department (w /encumbrance) Construction Inspector Construction Engineer PW project file: KPG SEATTLE TACOMA DEPARTMENT OF PUBLIC WORKS Interurban Avenue S, S 143rd Street to Fort Dent Way City Project No. 03 -RW02, Federal Aid No. STPUL -1045 (007), TIB Proj. No. 8 -1- 116(010) -1, State Constr. Contr. No. TA -2507 e & SD Revisions CHANGE ORDER #6 for S 144th St Fronta c c o a O t ,0 ` N N Q_ O h N N N ;---1 N Cr) M M N .-I N 1-1 N e-1 N ' N N N ' N M N ' N M Walsh Construction Unit Price Total Cost M CD EA $ 1,596.21 l- 000 EA r 10- N EA $ 1,391.22 $ 1,387.37 1 $ O CO EA t� e- EA (279.50)1 $ (195.64)1 $ (307.92)1 $ (599.06)1 $ 1,242.39 ' EA $ 633.35 ' EA 1- • co 1- EA $ 7,155.38 $ 656.32 N CO 0) tl) e- EA 32.07 O) N 00 N EA O) NCOCD rs. EA e- , CO EA 0 to E9 M 0) , EA 0 tl)MOO 1- N EA Nr e- EA 0) (NI e- EA 1 $ 85.58 $ 1,242.39 CO h. CO (") O) r EA $ 633.35 N CO1- CO 47 O) EA CO co N EA Total Sch A 4/20/2015 IBid Item Section Item Quantity Unit No. No. SCHEDULE A - ROADWAY IMPROVEMENTS ROADWAY JIai0000�y W AO EnI- JUJ w WUJ Lu r- r-Oe 1- N -00 ' .- ILI. a e- I- 0 LD e- c 1- 1 (C) ct , .1 N 1 N. ' a -Oe-O- Roadway Surveying 0) c 0 t O a n Roadway Excavation Incl. Haul Crushed Surfacing Base Course HMA CI 1/2" PG 64 -22 HMA CI 1/2" PG 64 -22 for Overlay HMA Thickened Edge** Planing Bituminous Pavement 1 Structure Excavation Class B Incl. Haul Shoring or Extra Excavation Cl. B Gravel Backfill Incl. Haul for Storm Trench Ductile Iron Storm Sewer Pipe 12 In. Diam. Concrete Inlet 1 Catch Basin Type 1 Adjust Catch Basin Connect to Existing Drainage Structure Adjust Sewer Manhole tt) 0 I- 0 e- M 0 4 0 4- 47 0 v 0 t.)1-t<) E[) 0 'ct 0 DRAINAG O) 0 NNN1-1-N. O) 0 O) 0 0 Lt) 0 an 0 '4) 0 N. E[) 0 NI. '4) 0 N. NOe MO -e - cNi NNNN 0) CO IISTORM coNopcocc) CO CO co - co - co Min)M O)0) O co P J 0 - a) N W Q C to a) N C) NL En ~ m 2 0 2 co 76 W c O 13 N C f0 (• O .0 E-i + U) U to d N C E1) .� C C V7 0 V — o - 0 a e). m N N o 0 0. -c . N a N •`m W o v z S 2 m '- ^ (0 -. r c N c U c a o o -E y Q' . m 0 N co n Q o 11. U h Q -o c., 0 m ., '- 03 C v m a o o p y m p T co h 0_ H N 'C mO m N.Q ` O .,,, Q. V a v1 \ C 0i c m 3 .c c 0) V ,0 0 a . «) . c 0 .3 0 as m c Z a c w Q. e « ,- N M I 1 1 I FA Sheet No.: , 083 DAILY REPORT OF FORCE ACCOUNT WORKED Project Name: TUKWILA INTERURBAN AVENUE S - S. 143rd ST TO FORT DENT WAY Utility Potholing Project No: Federal Aid No: State Constr No: BI: 5 03-RWO2 STPUL -1045 (007) TA -2507 Item: Date: of invoice choice 4/2/2015 Description of Work: Potholing around catch basin at 144th street by Bravo. 1 hour irrigation sleeve potholing, which was completed by Contractor's (6 total hours) was for for their convenience. Basis of Mtrl Accpt. N/A Y Sub - (Group N/A Work by Subcontractor?: Line /Station Bravo 251+00 Prime Contractor: Walsh Construction Contractor: STRAIGHT TIME OVERTIME DOLLAR NAME Occupation Hrs Hourly Rate Hrs OT Rate AMOUNT Michael Jensen Foreman /Operator 0.50 $ 65.61 $ 89.16 $ 32.81 Byron Ackerman Laborer 0.50 $ 49.60 $ 68.61 $ 24.80 - $ - $ - $ - $ - $ - $ - - $ - $ - $ - $ - $ - $ - $ - $ - $ - - $ - $ - $ - Comments: SUBTOTAL - LABOR: $ 57.61 LABOR OVERHEAD & PROFIT @ 29% $ 16.71 EQUIPMENT OR ATTACHMENTS OPERATED STANDBY DOLLAR Equipment Description / Maufacturer Hrs Hourly Rate Hrs Standby Rate AMOUNT Comments: SUBTOTAL - EQUIPMENT (PRIME) $ - EQUIPMENT OVERHEAD & PROFIT @ 21% _ $ - Materials / Services Taxes Quantity Units Unit Price DOLLAR AMOUNT Bravo Invoice ($1,140 / 6 hours = $190 /hour) 9.5% 5.50 Hr $ 190.00 $ 1,144.28 Comments: SUBTOTAL $ 1,144.28 OVERHEAD & PROFIT @ 21% $ 240.30 Verification of Hours Worked: TOTAL $ 1,458.90 Contractor's Representative 12% MARKUP (for prime when subcontract work) Owner's Representative AC ( $ 137.31 Pay Estimate Entered: 9 (CO #06) SHEET TOTAL: $ 1,596.21 Date: 4/21/2015 By: Adam Carlson I IIIRAVW WO /Dispatch # Customer Job #: environmental PO #: Bravo Job #: D023047 Bill To: Walsh Construction Co.II LLC 16400 Southcenter Parkway Suite 501 Seattle WA 98188 Date 4/2/2015 Description Vactor Truck with Operator Disposal Job Site: INVOICE Invoice #: 21672 Invoice Date: 4/2/2015 Due Date: 5/2/2015 Walsh Const - Interurban Proje Interurban Ave. S S 143rd to Fort Dent Way Tukwila WA WO /DIS # 34606 Unit Quantity[ Price HOUR 6.00 165.00 EACH 1.00 150.00 Amount 990.00 150 0 Please Remit To: Bravo Environmental NW, Inc. 6437 South 144th Street Tukwila, WA 98168 Terms: Net 30 Thank You For Your Business! To Pay by Phone Please Call (425) 424 -9000 Invoice Total: 1,140.00 Sales Tax 0.00 Total Due 1,140.00 $1,140 / (6 hours) = $190 /hr 6437 South 144th Street Tukwila, WA 98168 (425) 424 -9uvu (4L3) ifLw- iuuL lax 4927 NW Front Avenue Portland, OR 97210 (503) 261 -9800 (503) 261 -9900 fax www.bravoenvironmental.com miftri,„ 0,0 EXTRA WORK ORDER Job Name & NO: 214046 - Interurban Date: 4 -02 -15 Job Address: Fort Dent to So 143rd Street Day of the week: M T W F Project Manager Edward Meifert Weather: sunny Superintedent: 2 1 «.•.ti..w -0' Temperature: 60 Em' Ioyee Name Trade Hours OIT Work Performed In 'u YIN Mike Jenson 4M 0.5 Assit Vac Truck N Byran Acherman PL 0.5 Assit Vac Truck N Cost Code: 197.5200.00.02 Description of Work Pot hole for utilities on 144th St. using Bravo vac truck. W.4,4.4434606 34606 —. ..A4./A1-1 .i.e_. Z/ 4 '7-'2_ ✓7s *r /oir e p</US 01i ✓��.► Equipment / Number Rental Equipment From 24t v 4lZ!1-- - 671e-f L— Materials / Supplies Survey / Inspections Walsh Construction Anchor Inspector WORK ORDER Order Date: 44 fir Required Date: Work Date: s„. 34606 2g03 J o ;'q7 Ordered by: � I S �n,, S rH c {i a s+ �o. Location: PIA I f 614 5/ # -2-14 liter 64'1 71' (5rt. Company: s,rq/i St. 77;4,, {Phone:- j [Job: 1P-6-#:- Service Description J rNotes: ( Site Phone: Site Contact• y / 7.1/,‘ FA- Start Travel• 81 %r S rt .106:11‘t aO Cicrn FFnnish Job: I /150 6% � i Fin h off- oading:� e% Sto p Travel: I 1 11 Bm ) Disposal Site: I -T"54JtA1 r stmmated Tons : - Y1 t Receipt # for Disposal: 1 13675- e Decant Site: -rS it 0 . Estimated Gallons: 1 (x) f Water District: -- i 540 2 Truck: ; Laborer.- 1 "-" [Estimated Gallons: _ I 3-06 ' Operator: - . 1 �� ;Truck Number 1 Z6 i Full Empty Rates, prevailing wage: Rates Non prevaiHninrage: ❑ 3 hour minimui4portal to portal iZi Signatu e: `` �, I>�. ---- Signed by I c (' Signature above acknowledges approval of all work completed as stated on this work order: Payment Terms: Net 30, all overdue accounts will be charged 1.5% monthly 6437 South 144th Street • Tukwila, WA 98168 • phone: 425.424.9000 • fax: 425.424.9002 • toll free: 888.BRAVO44 www.BravoEnvironmental.com IF ml 51 c8,3 S' a J _ 0 W 0 — N 12 5 ;t 42° Rhp PI kip A 74# BUTT JOINT DETAIL x a 0 0 a yX 5 i A 0 0) ASPHALT DRIVEWAY AND PARKING LOT SECTION 55 2 2 8 • N • LV Z Q Q E 03 2 IX o N W a L g Z C/ 0 5- cm 0 G Ag. a=s LA log a a 3 1 8 fM IOd el 9KA Wd OSLf:f Suertzi e,na aseso m.wJV +av J63NuVUdU9- 9fcovrotVws.rWds gfffgg 133xs Silo 133HS A h a 1UK 510 DETAIL RS -091 1010 SKEET IWS SKEET TUK STD DETAIL RS -0900 A�l1 ag THIS SKEET NK 5111 BEM RS-0EB. as rS 4; g ii n; n m ad g o1 1 tboob �i�d�med6d� gIlln l.bbbbroglm �6d'bd��6ed a3 P rm8°Senm^nVNIEMn Ss33B$cd$c$-S......S a yX 5 i A 0 0) ASPHALT DRIVEWAY AND PARKING LOT SECTION 55 2 2 8 • N • LV Z Q Q E 03 2 IX o N W a L g Z C/ 0 5- cm 0 G Ag. a=s LA log a a 3 1 8 fM IOd el 9KA Wd OSLf:f Suertzi e,na aseso m.wJV +av J63NuVUdU9- 9fcovrotVws.rWds i ao sk 8 �� rig g 1,,_� egg ,E 6 _� ova 88 sin #:�a �34 0 0 a o a 8 g g 8 8 it S a F 8 i x 0 0 1 s 4 8 "g 8 zia g 0 1 8 .4 8 ogee § s� F s R!ila!5 ;g 8& 8 1 ; qiii il 00000 © ©® ©©O3, ®6® ® ©® a ate wisN,, L011111I111 1 Zf 133H5 ¥IS 3N/1101yH IMPW oo+ey YRppGb R� 3Aa���Sip x e1F7FFFF FAfl= as Wauunst RIO QiRi( RAMAT rob 2;11: GENERAL CONSTRUCTION NOTES INTERURBAN ALIGNMENT DATA 9 DRAINAGE NOTES 1 g 6 0 �F ffi s= g. �SS ana und A a; POINT TABLE a 8 a s 8 8 8 fi A 8 8 8 SAAAZ 8 S 3 PR $ z ow m= 0 0 " 08 5 0 a 8 &MUM& ale Athia 0 trOCC ++ w W O z w 0 a w 0 4 ga gis w • (4 ri 4 (1 u .°o 3YaL32&S 311VS 232 8 cqz; g 2 S pan gE $=5t 8 V\< 322/32212 W 8 ih a Eg E�aa 1i£1, M pdiod o19MO226tLS ;6 St0U6 h'( pVd(d9flMwnn2V6W,.04•INS7M.(,0 - 9C pply(M,n$SLJ,rosdt BNOSIX3 10011 ore two 3111 83f2 N QilO3ro14- sz f 9 d d 3NI1 BNfo s 63L '^, 3 S 3AY ! i9'd NYBNNI.t3tN1: : b'CZ: tan + 8 4 R H, o N 1 II 8I LLO Orils634421r 0 n .zlri + MOP LINO :? c2: _ NY00fl09Ni lL S3hr L m o1 J a. 00 to l:1 3 3 6 G 9 ROADWAY PROFILES - S 144TH ST & S 143RD PL osi s a a 1 &drzgos • CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 5 DATE: 03 -11 -15 PROJECT NO.: 903310402 PROJECT NAME: Interurban Avenue S. TO: Walsh Pacific Sheet 1 of 2 14.067(e) Original Contract with Contingency Approval 612114 BUDGET NO.: 104.98.595.800.65.00 CONTRACT NO.: 14 -067 C� J You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Soldier Pile Wall Drilled Shaft Installation as described below based upon information indicated on supplemental geotechnical borings (attached). The City wishes to provide the Contractor a lump sum (LS) equitable adjustment as compensation for all additional constructive effort required to drill shafts due to subsurface conditions not known at the time of bid. This LS compensation shall include any and all additional labor, equipment (including mob /demob), casings, services, incidentals and support operations required to properly complete shaft work and install piles due to caving, groundwater and type of soil conditions encountered. The LS amount also includes compensation for any and all impacts to planned operations and production rates of related bid items. The potential force account compensation for Removing Soldier Pile Shaft Obstructions (Bid Item38) is not affected by this change. This change is requested by the City as the geotechnical information provided in the bid documents did not fully reveal to the Contractor what conditions could be encountered during installation of the wall. This change order supersedes Field Directive 11. The net result of this change is an increase in project costs of $211,656 to the City of Tukwila. All other work required for the Soldier Pile Wall not addressed by this change shall be done at contract unit prices. 61-0, 04. c7 —0 i 6 //Vg-tS Sheet 2 of 2 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this change order is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. This change represents a fair, equitable and complete compensation. AC By Original Contract (without tax) Previous Change Orders This Change Order (without tax) REV. CONTRACT AMOUNT $ Contractor: Walsh Pacific Title AILU4 17A $ 7,496,650.20 $ 27,299.91 $ 211,656.00 $ 7,735,606.11 APPROVED BY THE CITY OF TUKWILA M L-*Z %alty Engineer i='zr 5/ id 115 c,rry ew&wEak Additional Calendar Days due to this change: Due to the additional requirements needed to prepare for and drill the shafts, 26 (twenty-six) calendar days are added to the contract. The new contract duration is 476 calendar days. -------------------------------------------------------------------------------------------------------------------------------- ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w/encumbrance) Contractor (2 of 2) Construction Inspector Construction Engineer PW project file: DESIGN= Memorandum Page 1 To: ` Nelson Davis From Company: KPG, Inc. Date: cc: Mike Ronda - City of Tukwila Kevin Lamb - December 17, 2014 GDI Project: i KPG -16 -04 RE: { City of Tukwila - Interurban Avenue South Improvements Soldier Pile Wall - Additional Borings Geotechnical Data Summary GeoDesign completed three soil explorations (B -3, B -4, and B -5) near the alignment of the proposed soldier pile wall north of the intersection of Interurban Avenue South and Fort Dent Way. The borings were completed at the eastern edge of the north bound traffic lane. The locations of the borings are shown on the attached project plan sheets 52/107 and S3/107. The locations and logs of Landau boring B -3 and B -4 are also shown on the plans. Borings previously completed by Landau were drilled to a depth of about 24 feet and did not extend below the bottom of some of the planned soldier piles. The additional borings were completed to depths below the planned soldier piles to provide additional subsurface information. A 1 -inch diameter stand pipe piezometer was installed in boring B -4. SUBSURFACE CONDITIONS Subsurface conditions encountered in the borings were generally consistent with conditions encountered in Landau borings B -3 and B -4, with notable exceptions at boring locations B -3 and B -4 below a depth of about 30 feet. At boring location B -3 a thin lense (less than 6- inches thick) of extremely soft sandstone was encountered within the silty sand residuum. The SPT sample was driven through the layer, and the material in the sample was broken into sand size pieces and thin discs. Below the layer the silty sand residuum increased to medium dense in density to the bottom of the boring at a depth of 36.5 feet. At boring location B -4, peat was encountered in the top of the sample driven from a depth of 30 to 31.5 feet. The peat was soft to medium stiff and interbedded with thin lenses of gray silty clay and clay. The previous sample at a depth of 25 feet was composed of silty sand residuum and no significant change in drilling conditions was noted between a depth of 25 to 30 feet, therefor the exact thickness of the peat layer is unknown, but is inferred on the logs to be about 2.5 feet. 10700 Meridian Avenue North, Suite 402 1 Seattle, WA 98133 1 206.838.9900 DESIGN= Memorandum Page 2 The peat was underlain in the lower portion of the sample collected at a depth of 30 to 31.5 feet by alluvium composed of black fine sand with trace organics and fine pieces of wood. The sand is wet and below the groundwater level. The upper portion of the sample collected at a depth of 35 feet consisted of a layer of loose silty sand residuum. The thickness of the alluvium is unknown and is inferred to be about 2.5 feet thick. The middle portion of the sample collected from 35 to 36.5 feet consisted of dense silty sand residuum similar to extremely soft sandstone. The material was broken and fractured in the sampler. Below the sampler at the tip of the sample was very hard clay similar to extremely soft claystone, The boring was terminated in the clay at a depth of 51.5 feet. Boring B -5, completed at the south end of the alignment, was completed at the end of the day and the sampling interval and method was modified in order to complete the boring to a depth of 41.5 feet before dark. We observed drilling progress, cuttings, and obtained SPT samples at irregular sampling intervals. Soil conditions encountered generally consisted of silty sand residuum varying from loose to medium dense based on drilling progress and the limited blow count data. The boring was completed in extremely soft sandstone that was present in the tip of the sample collected at a depth of 40 to 41.5 feet. Summary logs of the borings are provided as an attachment along with key to the exploration symbols, and the soil and rock classification systems used during logging. GROUNDWATER Groundwater was encountered during drilling at a depth of 28 to 30 feet in borings B -3 and B -4. At both locations drilling was temporarily stopped for about 15 minutes to allow groundwater to flow into the hole for confirmation and measurements. The standpipe piezometer installed in Boring B -4 is screened from a depth of 25 to 35 feet and a sand pac extends from a depth of 23 to 36 feet. The water level in the standpipe piezometer in B -4 was recorded one day following drilling at a depth of 19.75 feet. At boring location B -5 the moisture of the cuttings significantly increased below a depth of about 25 feet. The sample at a depth of 30 feet appeared wet, however we were unable to stop drilling boring B -5 to allow water to accumulate in the hole for measurements and confirmation. Groundwater level measurements recorded in borings B -3 and B -4 during drilling, and one day after drilling in B -4 are summarized below: Boring Depth During Depth after 10 to 15 Depth Drilling minute standby period December 17, 2014 (feet) (feet) (feet) B -3 30 28.6 NA B -4 30 28.5 19.75 10700 Meridian Avenue North, Suite 402 1 Seattle, WA 98133 1 206.838.9900 u DESIGNK *v* Memorandum Page 3 VVe appreciate the opportunity tobeof continued service toyou. Please call if you have questions concerning this report or if we can provide additional services. CeoDesign.|nc Kevin ]. Lamb, PE. Principal Engineer Attachments: Site Plan and Exploration Locations Boring Logs-8'3. 8'4. and O'5 Exploration Key Soil Classification System Rock Classification System Landau Boring Logs 8-] and D'4 WL One copy submitted Document ID: xpo'I6-0+)|o)+geom borings @ 2014 GeoDesign, Inc. All rights reserved. 10700 Meridian Avenue North, Suite 402 1 Seattle, WA 98133 1 206.838,9900 o 0 = U w A BLOW COUNT INSTALLATION AND DEPTH v = MATERIAL DESCRIPTION Q a > w Z F a O MOISTURE CONTENT % COMMENTS FEET o w 0 w Q ® RQD% ® COREREC% C7 J w ~ N 0 SO 100 0.0 ASPHALT CONCRETE (9.0 inches). °-B oao. Medium dense, brown GRAVEL with g0: sand (GP); moist, fine to coarse, sand o$. is fine to medium - FILL. 2.5 op Rg ; 00; 4.5 Loose, light brown with rusty brown s.o mottled, silty SAND (SM), trace '. decomposed organic bits; moist, fine to medium - RESIDUUM. 7.5 10.0 6 12.5 15.0—:,' grades to medium dense at 15.0 feet 11 A 17.5 20.0 grades to loose, trace shell fragments and extremely soft sandstone 10 fragments at 20.0 feet 22.5 r o 0 v V U L 25.0 trace piece /pocket of mottled gray and _ N r black clay; wet at 25.0 feet �: E ` " dm z7.s N � - r y i 30.0 4 N, 0 50 100 DRILLED BY: Holocene Drilling, Inc, LOGGED BY: AKD COMPLETED: 12/16/14 y BORING METHOD: hollow -stem auger (see document text) BORING BIT DIAMETER: 8 -Inch ©DESIGNZ v KPG -16 -04 BORING B -3 2502Je / /ersonAvenue Tacoma WA 98402 INTERURBAN DECEMBER 2014 STORMWATER IMPROVEMENTS PROJECT FIGURE A -3 253.203.0095 TUKWILA, WA DEPTH FEET 30.0— 0 U MATERIAL DESCRIPTION Z a= > Llj _j LLJ Uj 0 U Z F_ tn LU _3 a- 2 < A BLOW COUNT 0 MOISTURE CONTENT % RQD6 =CORE REC% 0 50 too INSTALLATION AND COMMENTS (continued from previous page) Extremely soft (RO) brown SANDSTONE- moderately moderately weather I weathered, weakly 30.5 31.0 29 Sandstone broken up during sampling, 32.5— Medium dense, light brown with rusty brown mottled, silty SAND (SM), trace decomposed organic bits; moist, fine to medium RESIDUUM. 35.0— 35.0 . Medium dense, light brown SAND (SP); moist, fine to medium - RESIDUUM. 1 8 A 37.5— 36.5 q Surface elevation was not measured at the time of exploration. Exploration completed at a depth of 36.5 feet. - - Groundwater encountered during drilling at a depth of 30.0 feet. After - drilling completed, augers were pulled 40.0— - from the hole. At 1000 hours the hole was open to a depth of 29.0 feet and - groundwater measured was at a depth - of 28.6 feet. At 1225 hours hole had - caved in to a depth of 22.5 feet. 42.5— 45.0— q 47.5— 50.0 — a q 52.5 - p 57.5— 60.0 L 0 so 100 DRILLED BY: Holocene Drilling, Inc. LOGGED BY: AKD COMPLETED: 12116114 BORING METHOD: hollow-stem auger (see document text) BORING BIT DIAMETER: 8-inch KPG-I 6-04 BORING B-3 ESIGNuz (continued) DECEMBER 2014 INTERURBAN STORMWATER IMPROVEMENTS PROJECT TUKWILA, WA FIGURE A-3 2502 Jefferson Avenue Tacoma WA 98402 2053.203.0095 v 0 DEPTH = MATERIAL DESCRIPTION FEET o ASPHALT CONCRETE (6.0 inches). Medium dense, brown GRAVEL with sand (GP); moist, fine to coarse, sand is fine to medium - FILL. 2.5 Loose, brown to black, silty SAND 5.0 moist, mixed with coal fragments. 7,5 Loose to medium dense, light brown to brown, silty SAND with gravel (SM); moist, fine to medium, gravel is fine to 10.0 coarse. 12.5 Loose, light brown with rusty brown mottled, silty SAND (SM), trace wood fragments and pockets of gray silty ts.o sand; moist, fine to medium - RESIDUUM. 17.5 20.0 21 22.5 cc 2s.o 27.5 J .7 - Medium stiff, 30.0 "I moist to wet, Medium dense, light brown with rusty brown mottled, silty SAND (SM) to SAND with silt (SP -SM); moist, fine to medium, lens of gray silty sand to sand with silt - RESIDUUM. grades to wet, lens of gray silty sand at 25.0 feet PEAT (PT); z 0, u w ♦ BLOW COUNT INSTALLATION AND Q I— w z a • MOISTURE CONTENT % COMMENTS Jw Q ® RQD% ® COREREC% Uj 1 N 0 so too 0.s 4.0 A 6.0 •2 13.0 h N C O v o; T 20.0 12 q a a v 0 v ro E m N c i1 yv a! O� c N� s_v -v 29.0 °. M 0 so 100 DRILLED BY: Holocene Drilling, Inc. LOGGED BY: AKD COMPLETED: 12/16114 BORING METHOD: hollow -stem auger (see document text) BORING BIT DIAMETER: 8 -inch ®DESIGN? KPG 1604 BORING B -4 2502 Jefferson Avenue Tacoma WA 98402 DECEMBER 2014 INTERURBAN STORMWATER IMPROVEMENTS PROJECT 253.203.0095 TUKWILA, WA FIGURE A -4 Z = U w ♦ BLOW COUNT INSTALLATION AND DEPTH u MATERIAL DESCRIPTION Q d o Z N ®MOISTURE CONTENT % COMMENTS FEET d w J N ® RQD% ® CORE REC% 30.0 u ui h 0 50 100 _ silty clay and clay. 9 A Loose, dark gray to black SAND with 31.0 silt (SP -SM), trace small piece of wood; 32.5 wet, fine to medium - ALLUVIUM. 33.5 Dense, light brown with rusty brown mottled SAND with silt (SP -SM); wet, 35.0 lens of extremely to very soft _ sandstone. 35'5 47 '� Sandstone broken up during Extremely soft (R0), gray SANDSTONE; weakly cemented, dry to moist. sampling. 36.S Very hard, gray CLAY (CL); moist, high 37.5 toughness, no dilatancy, moderate to high plasticity (extremely soft claystone). 4 0. 0 ♦0i 42.5 45.0 52 4 7. 5 50.0 -15-34 -5014' SI.S Surface elevation was not Exploration completed at a depth of sz.s 51.5 feet. measured at the time of exploration. Groundwater encountered during drilling at a depth of 30.0 feet. Drilling temporarily stopped at a depth of 30,0 = 55.0 feet, and after a 10- minute period, groundwater level rose to 28.5 feet; drilling then continued. Groundwater monitoring well installed. 57.5 Tip of well is at a depth of 35.0 feet and well screened to 25.0 feet. Sand backfill from a depth of 36.0 to 23.0 feet. Bentonite chips from a depth of 23.0 feet to 2.0 feet. Surface i 60.0 0 so 100 0 DRILLED BY: Holocene Drilling, Inc. LOGGED BY: AKO COMPLETED: 12/16114 5 j BORING METHOD: hollow -stem auger (see document text) BORING BIT DIAMETER: 8 -inch e 3 ©DESIGN? v KPG -16 -04 BORING B -4 (continued) r zsozoeft WA 98402 Tacoma WA 98402 DECEMBER 2014 INTERURBAN STORMWATER IMPROVEMENTS PRO ECT FIGURE A -4 253.203.0095 TUKWILA, WA DEPTH FEET 60.0 o = d < u MATERIAL DESCRIPTION z j w w w Z P w h J Q Ln A BLOW COUNT O MOISTURE CONTENT % ® RQO% ® COREREC% 0 50 100 INSTALLATION AND COMMENTS completion with flush -mount monument. 62.5 65.0 67.5 70.0 72.S- 75.0— 77.5 80.0 82.5 85.0 875 90.0 0 50 100 DRILLED BY: Holocene Drilling, Inc. LOGGED BY: AKD COMPLETED: 12116114 BORING METHOD: hollow -stem auger (see document text) BORING BIT DIAMETER: 8 -inch ©DESIGNZ KPG 16 04 BORING B-4 (continued) INTERURBAN DECEMBER 2014 STORMWATER IMPROVEMENTS PROJECT TUKWILA, WA FIGURE A -4 25ozo Jefferson 98venue Tacoma WA 98402 253.203.009s v Z = u w ♦ BLOW COUNT INSTALLATION AND DEPTH u MATERIAL DESCRIPTION Q > CL o Z N a p MOISTURE CONTENT % COMMENTS FEET a LU o ® RQD% ® CORE RECD, U w tQ o —0.0— s0 100 ASPHALT CONCRETE (6.0 inches). °o °D> o.s Medium dense, brown GRAVEL with oQ, sand (GP); moist, fine to coarse, sand oo; �o is fine to medium -FILL. 2.5 o; Qo :. off' 4.0 Loose, dark brown to brown, silty SAND 5.0 (SM), trace fine roots, organics, extremely soft sandstone rock fragments, and black decomposed organics; moist. 7.5 10.0—T, grades to medium dense at 10.0 feet 3. 12.5 13 0 Logged base on cutting Medium dense, dark brown to brown, silty SAND (SM); moist - RESIDUUM. and Extremely soft sandstone rock fragments in cuttings. 15.0 17'5 17.5 Medium dense, light gray with rusty brown mottled, silty SAND (SM); dry to it ' moist, fine to medium, mica flakes - RESIDUUM. zo.o grades to brown at 20.0 feet Cuttings contain small (pea " size to coarse sand) fragments of extremely soft sandstone. 22.5 25.0 ® Moisture of cuttings increases to moist to wet at 25.0 feet. grades to loose at 26.0 feet Grades to loose based on drilling difficulty. 27.5— 30.0 0 50 100 DRILLED BY: Holocene Drilling, Inc. LOGGED BY: AKD COMPLETED; 12/16/14 BORING METHOD: hollow -stem auger (see document text) BORING BIT DIAMETER: 8-inch IDES I G N? KPG 16 04 BORING B -5 2502 Jefferson Avenue Tacoma coma WA 98402 253.203.0095 DECEMBER 2014 INTERURBAN STORMWATER IMPROVEMENTS PROJECT FIGURE A -5 TUKWILA, WA u 0 DEPTH s MATERIAL DESCRIPTION FEET a loose, brown to rusty brown; wet at 30.0 feet 32.5 35.0 37.5 Medium dense, light brown and gray 40.0 SAND with silt (SP -SM); moist - RESIDUUM. Extremely soft (RO), gray SANDSTONE; weakly cemented, dry to moist. Exploration completed at a depth of 42.5 41.5 feet. Moisture in cuttings increased to wet between depths of 25.0 to 30.0 feet. 4s.o Due to drilling method and sampling interval, groundwater level observations could not be completed. 47.5 50.0 �1 52.5 5 55.0 e 57.5 3 ] i 60.0 z O = tJ w ♦ BLOW COUNT INSTALLATION AND w H 0- MOISTURE CONTENT 4� COMMENTS > w O w q ® RQD% ® COREREC% w H 0 50 100 9 Visible water on sail A adhering to groundwater measuring probe at 30.0 feet. 39.0 Grades to medium dense based on drilling difficulty. 40.8 A 41.5 Surface elevation was not measured at the time of exploration. 0 50 100 DRILLED BY: Holocene Drilling, Inc. LOGGED BY: AKD COMPLETED: 12/16/14 BORING METHOD: hollow -stem auger (see document text) BORING BIT DIAMETER: 8 -inch KPG•16 -04 BORING B -5 ES I G Nu ? (continued) 2502 Jefferson Avenue INTERURBAN STORMWATER IMPROVEMENTS PROJECT Tacoma DECEMBER 2014 a FIGURE A -5 TUKWILA, WA SYMBOL SAMPLING DESCRIPTION Location of sample obtained in general accordance with ASTM D 1586 Standard Penetration Test with recovery Location of sample obtained using thin -wall Shelby tube or Geoprobe® sampler in general accordance with ASTM D 15 87 with recovery Location of sample obtained using Dames & Moore sampler and 300 -pound hammer or pushed with recovery Location of sample obtained using Dames & Moore and 140 -pound hammer or pushed with recovery Location of sample obtained using 3- inch -O.D. California split -spoon sampler and 140 -pound hammer Location of grab sample Graphic Log of Soil and Rock Types Rock coring interval Observed contact between soil or rock units (at depth indicated) Water level during drilling Inferred contact between soil or rock units (at approximate depths indicated) Water level taken on date shown S GEOTECHNICAL TESTING EXPLANATIONS ATT Atterberg Limits PP Pocket Penetrometer CBR California Bearing Ratio P200 Percent Passing U.S. Standard No. 200 CON Consolidation Sieve DD Dry Density RES Resilient Modulus DS Direct Shear SIEV Sieve Gradation HYD Hydrometer Gradation TOR Torvane MC Moisture Content UC Unconfined Compressive Strength MD Moisture - Density Relationship VS Vane Shear OC Organic Content kPa Kilopascal P Pushed Sample ENVIRONMENTAL TESTING EXPLANATIONS CA Sample Submitted for Chemical Analysis ND Not Detected P Pushed Sample NS No Visible Sheen PID Photoionization Detector Headspace SS Slight Sheen Analysis MS Moderate Sheen ppm Parts per Million HS Heavy Sheen ©DES IGNZ 2502 Jefferson Avenue EXPLORATION KEY TABLE A -1 Tacoma %VA 98402 253.203 0095 RELATIVE DENSITY - COARSE-GRAINED SOILS Relative Density Standard Penetration Resistance Dames & Moore Sampler (140-pound hammer) Dames & Moore Sampler (300-pound hammer) Very Loose 0-4 0-11 0-4 Loose 4-10 11 -26 4-10 Medium Dense 10-30 26-74 10- 30 Dense 30- SO 74-120 30-47 Very Dense More than 50 More than 120 More than 47 CONSISTENCY - FINE-GRAINED SOILS Consistency Standard Penetration Resistance Dames & Moore Sampler (140 -pound hammer) Dames & Moore Sampler (300-pound hammer) Unconfined Compressive Strength (tsf) Very Soft Less than 2 Less than 3 Less than 2 Less than 0.25 Soft 2-4 3-6 2 -5 0.25-0.50 Medium Stiff 4-8 6-12 5-9 0.50-1.0 Stiff 8-15 12 -25 9-19 1.0-2.0 Very Stiff 15-30 25-65 19-31 2,0-4.0 Hard More than 30 More than 65 More than 31 More than 4.0 PRIMARY SOIL DIVISIONS ' GROUP SYMBOL GROUP NAME COARSE-GRAINED SOILS ( more than 50% retained on No. 200 sieve) GRAVEL (more than 50Y. of coarse fraction retained on No. 4 sieve) CLEAN GRAVELS (< 5% fines) GW or GP GRAVEL GRAVEL WITH FINES (> 5% and :5 12% fines) GW-GM or GP-GM GRAVEL with silt GW-GC or GP-GC GRAVEL with clay GRAVELS WITH FINES (> 12% fines) GM silty GRAVEL GC clayey GRAVEL GC-GM silty, clayey GRAVEL SAND (50% or more of coarse fraction passing No. 4 sieve) CLEAN SANDS (<5% fines) SW or SP SAND SANDS WITH FINES (> 5% and :5 12% fines) SW-SM or SP-SM SAND with silt SW-SC or SP-SC SAND with clay SANDS WITH FINES (> 12% fines) SM silty SAND SC clayey SAND SC -SM silty, clayey SAND FINE-GRAINED SOILS (50% or more passing No. 200 sieve) SILT AND CLAY Liquid limit less than 50 ML SILT — CL CLAY CL-ML silty CLAY OL ORGANIC SILT or ORGANIC CLAY Liquid limit 50 or greater MH SILT — CH CLAY OH ORGANIC SILT or ORGANIC CLAY HIGHLY ORGANIC SOILS PT PEAT MOISTURE CLASSIFICATION ADDITIONAL CONSTITUENTS Term Field Test Secondary granular components or other materials such as organics, man-made debris, etc. Percent Silt and Clay In: Percent Sand and Gravel In: dry very low moisture, dry to touch Fine-Grained Soils Coarse- Grained Soils Fine-Grained Soils Coarse- Grained Soils moist damp, without visible moisture < 5 trace trace < 5 trace trace 5- 12 minor with 5 - 15 minor minor wet visible free water, usually saturated I" >1 2 some silty/clayey 15-30 with with lw' > 30 sandy/gravelly Indicate % DESIGN? 2 502 )eft—on Avenue Tacoma WA 98402 253.203.0095 SOIL CLASSIFICATION SYSTEM TABLE A-2 HARDNESS DESCRIPTION Extremely Soft (RO) Indented by thumbnail Very Soft (R1) Can be peeled by pocket knife or scratched with finger nail Soft (112) Can be peeled by a pocket knife with difficulty Medium Hard (R3) Can be scratched by knife or pick Hard (R4) Can be scratched with knife or pick only with difficulty Very Hard (R5) Cannot be scratched with knife or sharp pick WEATHERING DESCRIPTION Decomposed Rock mass is completely decomposed Predominantly Decomposed Rock mass is more than 50% decomposed Moderately Weathered Rock mass is decomposed locally Slightly Weathered Rock mass is generally fresh Fresh No discoloration in rock fabric JOINT SPACING DESCRIPTION Very Close Less than 2 inches Close 2 inches to 1 foot Moderate Close 1 foot to 3 feet Wide 3 feet to 10 feet Very Wide Greater than 10 feet FRACTURING FRACTURE SPACING Very Intensely Fractured Chips and fragments with a few scattered short core lengths Intensely Fractured 0.1 foot to 0.3 foot with scattered fragments intervals Moderately Fractured 0.3 foot to 1 foot with most lengths 0.6 foot Slightly Fractured 1 foot to 3 feet Very Slightly Fractured Greater than 3 feet Unfractured No fractures HEALING DESCRIPTION Not Healed Discontinuity surface, fractured zone, sheared material or filling not re- cemented Partly Healed Less than 50% of fractured or sheared material Moderately Healed Greater than 50% of fractured or sheared material Totally Healed All fragments bonded �DESIGN-- 2502 J rson Avenue ROCK CLASSIFICATION SYSTEM TABLE A -3 T—%effe WA 98402 253.203 0095 B-3 SAMPLE DATA SOIL PROFILE Meaffn SAND kh pikes of cherml $1 Ddifling Mellh6d: - Holom*Slem Auger W-15 (boss, weQ 35 C-4wnd Elevation (ft): 38.3 Hold -ne DnMkV 7 GS r (Fn.L) co Droled By. - 0 w A;; 8 :) logged Gale: B)" JJB D Lom -- 02123/07 5 Is S4 -F1 b2 I a I W-11 S$Nj b2 1 3 1 W ='o �15 81-F 1 112 1 3 1 W -M 26 Boring Completed 02123/07 Total Daplb or Swing - 24.01 Gray, —very —d 46ari- ixlwa staining (verb — — — 050, woo NOW: 1. =10 Contacts are hosed on field Inlorpro Lotions and om approxmate. 2. 10 the 18 his is neCG$90rY for 0 propor undoraleriding of subsurface MrdMnS, -sw cle":gilon System and Kay ()gu(O W OxiPlAnuilOn Of graphim and arnbols, 3. Refer to I Interurban Avenue South LOMM Tukwila, Washington Log of Bodng B-3 ASSOCLAXU LAlPrq6C(No: 326040,010 1 _ Moisture Conlent(%) A SPT N•VAILte A 20 40 60 80 X Fines CoNew (%) X 20 40 So eo 0: x ............................. ..................... .......... ........... Figure A-4 is B-4 SAMPLE DATA — SOIL PROFILE SOIL PROFILE Njing hill _St. Mang Me�iod: Hollow-Stain Auger Mfm 0 �C- GMnd ElevaUon, (h): 36.2 E I CL ID - E E 0. E ty 0 CO H Ddjqd By; Holocene Ming I-W C1 ru ca .6 r 4 C) By. JJB Logged By- JJB Date: =2310? sm with Slit, "Ce clay jkwsn, drmp to Q;") Si 112 a W.5 (RESIDUUM) GS S2 62 3 IN = 24 t>—s dark brown With clurcoal, wel 30 Z 33 b2 4 W 13 0100110 Waaftred shale (Yet y use, w0l) AILT with M]EI Q 1 4 1 IN mild kilarbedded sft fine SAND 1.111th afg0nics (64-0 ss b2 7 W=23 SAND Alli waltati5organks and kiwi oxide stallikig (loose, wet) 56 jjj 1:12 1 1 1 W.19 Boling Completed =3107 Total Depth Of 80rho ■ 24.011. 35 Notes: 1. S=cGnUKft BF0 WSW on fluid ltamnitatkina and We &ppM)drnaje. 2. R Me 1*xl or IQP'xl 'a necessary for 8 PMPOI understanding of subsil4og condlikins. 3. Refer ioSa C14661killkin System and Key' (gufa lor expbnakn algrSphl, and $)Trftb, Interurban Avenue South I OCLA Tukwila, Washington Log of Boring ng B-4 -A—SS-M I I LAI Pr*d W: 326040.010 _Mcidure Conlenl U, .' f ------ uix 20 40 Go BoLk"'_ ♦ SFT N•Value A 20 40 60 80 X Fines Content (%) X 20 40 6o 80 ...... .... ...... ...... . ............. Figure A-5 a sy 6 ti �21 (0 LU CIO I UJI, 1- .1 z II li it �,��� ,11 k �.l In u. re Q In lo- 7*11.- fii u' a. rz I Ci ,:,S 133f IS 7.1i, ""i I ; 11 < In tL NO Z til 10,69 1 c I Tis In It 1 1z Sc L -!:L- Y .• ,. i 41,11 H' L NIS 001,640 Ms % a. I IS :3N11 I MV.1 00*00.111 NIS O Lij R971.25 -1 0 • L ul IF, CL ir) - It t3 71 c1q (6 co w 0 � Lli -2 w w C.) -j ,I 0 C) U) 0 LIj Z 0 cr- 0 0 LLI m () G%1m < In tL Z til 10,69 1 c I Tis In It 1 1z Sc L -!:L- Y .• ,. i 41,11 H' L NIS 001,640 Ms % a. I IS :3N11 I MV.1 c1q (6 co w 0 � Lli -2 w w C.) -j ,I 0 C) U) 0 LIj Z 0 cr- 0 0 LLI m () G%1m LITINU *VIS < In tL Z til 10,69 1 c I Tis In ti 1z Sc L -!:L- Y .• ,. i 41,11 H' L NIS 001,640 Ms 71 LITINU *VIS v6,ZL+zI Vs >- CD CD CV Om W w F- uj 0-0 :E 00 060 < 0 co Ri Cd to O 0 CD ct� z < LU Z I LIJ < In tL Z til 10,69 1 c I Tis In iLi i Y .• ,. 001,640 Ms v6,ZL+zI Vs >- CD CD CV Om W w F- uj 0-0 :E 00 060 < 0 co Ri Cd to O 0 CD ct� z < LU Z I LIJ < Z =Z 001,640 Ms 00*00.111 NIS O v6,ZL+zI Vs >- CD CD CV Om W w F- uj 0-0 :E 00 060 < 0 co Ri Cd to O 0 CD ct� z < LU Z I LIJ ..:ry .1 I 13..:._ f ZS 13:-JHS 33S 3NII H01VIN I ry o. M Q RU L.0 D z W > n. en LU 0 m < Z =Z O Lij -1 0 • L ul V) ..:ry .1 I 13..:._ f ZS 13:-JHS 33S 3NII H01VIN I ry o. M Q RU L.0 D z W > n. en LU 0 m < Z ..:ry .1 I 13..:._ f ZS 13:-JHS 33S 3NII H01VIN I ry o. M Q RU L.0 D z W > n. en LU 0 m it • Aw W 09 1 dfi M sir ia ii i A A, iij �`___ 400 IN PDJ,VVq 2'S LJ3FI-', J 35 3NI 1 H V N 13 S -1 11 cl ---- — ----- I? cu _j c) .0 1. C Z Lr) LO -v 0 < 11 i it! I ..I CL 664 FL 01 oolll v-, LLJ w F_ nvic", .%.I!" E. • > LLI LLI LIJ 71* T—E! C\j w LU 2T-T Co Co + . . ............. .......... 0 Lu 1.0 - 1.11 w ------- -- J)"0101 tat —11 0 0 Z_ z 0 0 rn CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 4 DATE: 02-11-15 PROJECT NO.: 903X10402 PROJECT NAME: Interurban Avenue S. TO: Walsh Pacific Sheet 1 of 2 14-067(d) Council Approval N/A BUDGET NO.: 104.98.595.800.65.00 CONTRACT NO.: 14-067 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Increase Flows to Stormwater Detention Vault as described below and indicated on revised plans (attached). The City wishes to undertake design revisions to the stormwater system on the contracted roadway improvements. These changes include: Addition of 177 LF of 8 inch PVC piping, delete 59 feet of 12 inch PVC piping, add Type 1 CB, modify hydrant installation and make connections to the storm structures and detention vault and related changes as shown on the revised plans (attached sheets 26,27,28,41,42,58). This results in both a reduction in certain materials and an increase in others as itemized on the cost/quantity table (attached). This change is requested by the City in order to increase the collection of stormwater runoff to the detention vault from City right of way and reduce collection from private property. Originally the design was based on topography of the collection area adjacent to the roadway. However, as adjacent property use changes, the requirement for stormwater detention will be the responsibility of the property owner so, this change allows a more immediate increase in stormwater detention from City property. Revised drawings that detail the changes and an itemization of bid item revisions that quantify the changes are attached. The net result of this change is an increase in project costs of $12,476.16 to the City of Tukwila. ,3X/6//vi4 ,s' All work required by this change shall be done at contract unit prices. Sheet 2 of 2 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this change order is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. This change represents a fair, equitable and complete compensation. ACCEPTED: Date By .1') 4/1/o. IA/0 Pb44--- Original Contract (without tax) Previous Change Order This Change Order (without tax) Contractor: Walsh Pacific Title rt'Ll $ 7,496,650.20 APPROVED BY THE CITY OF TUKVVILA $ 15,023.75 Date REV. CONTRACT AMOUNT $ $ 7,524,150.11 Additional Calendar Days due to this change: 0 (zero) ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) calendar days added cc: Finance Department (w/encumbrance) Construction Inspector Construction Engineer PW project file: Detention Vault isions to Increase Inflows CHANGE ORDER #4 for SD R REVISED QUANTITIES AND COSTS it) 0 3 0 co CN co a) t- oo 0 L0 co oo co 0 0 69 69. 69 69 69. 0 L0 0) cr) CO Csi cci CO CN CD CO a) co co 69, EC* (/) z 0 0 > 0 LL z LL -J LL —J w 0) -J CO r L9 L() 9 0 0) 9 a> 9 co 9 0 P. w c.) 0) c c co o _c co o c cis > a) 0 75 V) 0) V) .0 3 ti) a ua c a) 0 2 as 0. > c a) • — 0 10 a) • '6 >, x .o o o "0 7.-. 0 1) a) cc o > 0 a o a v) 6 2 cv TA rD el a) 1:_s O. 7. 0 o 0 .- c,) 1— a) 0 0 0, r-- c co 0 -e ,.... co co ...-. o .c (..) ar c so, 0 L° E 'A co E cl'S 2 1— o CD 0 a U) E g 2 0- 6) — 0 0.) O. ,.„, ..i. .-' _c c ■.- 11 c a) 0) ma o 2 o c OS 0 0 as 2 > .c • 0 • 71.5 CD c • 0 Lc', o 2- 0 ...1 •cl- -0 2 g ,,,• ' al 0 (..) M cl) V c) 1.) 0,5 a E 8 • '6 co N. • (D „.., >. t... ....- .-- co z — i--.. a ..•-• >•■ 0 03 CD • 01 •st- CD • u) e. • 'C' ; ; .: g • : CO (Y) -a. 0 5 §- = 1-- co ,-- 0 w a c, ... i, i' & GRILL N mg • ' mr∎ oh ndaned -- ' ® - -- ="a te er -F o -- s_ N w N 2123.30'W •F ®• INTERURBAN AVE S e ® �� ® 26 ®0 AsommiatimmarditalWASIIIV IIIPArall1111111111111111111111 111110111(4. QLN F.O. CI) a STA 2a -P23.88 5.00' RT w FO PLA.NTE3 • Ad GENERAL CONSTRUCTION NOTES 1. SEE SHEET 20. CALL 2 DAYS BEFORE YOU DIG 1- 800 - 424 -5555 LOUtFIC.EiJ(Eh Ltu1, i9.511 CONSTRUCTION NOTES 0 5 10 20 40 60 SCALE IN FEET / 1 \(ADDgt) REVISED FITTINGS AT HYDRANT (STA 26+73 RI), REVISED EXISTING UTIMTIES, STA 25+00 TO 28 +00 RT, AND DELETED WATER NOTE 17 (NO AIR & VACUUM RELEASE ASSEMBLY THIS SHEET) 0 MATCH EXISTING. 02 CONSTRUCT CEMENT CONCRETE DRIVEWAY APPROACH AND RECONSTRUCT DRIVEWAY PER DETAIL, SHEET 5. © CONSTRUCT MEDIAN PER TYPICAL SECTION, SHEET 49, AND MEDIAN PLAN, SHEET 45. 13 ADJUST GAS VALVE TO GRADE COORDINATE WITH PSE. 14 APPROXIMATE LOCATION OF NEW/RELOCATED POLE BY OTHERS. CONTRACTOR TO COORDINATE WITH SEATTLE CITY LIGHT FOR SEQUENCING OF POLE RELOCATIONS. 15 ADJUST FIBER OPTIC MAHOLE/VAULT TO GRADE. COORDINATE WITH UTILITY. 19 REPLACE SEWER MANHOLE RING AND COVER PER COT STD DWG SS-11 AND ADJUST TO GRADE. 200 ADJUST CATCH BASIN TO GRADE AND REPLACE WITH SOUD COVER. 21 FURNISH AND INSTALL CEMENT CONCRETE EXTRUDED CURB TYPE 6, PER WSDOT SID PLAN F- 10.42. ® FURNISH AND INSTALL DUAL FACED SLOPED MOUNTABLE CURB PER WSDOT STANDARD PLAN F- 10.64, AND PAINT CURB YELLOW. ® ADJUST MONUMENT CASE AND COVER TO GRADE. 430 WIDEN ROADWAY. SEE ROAD WDENING SECTION, SHEET 4. ® CONSTRUCT MODULAR BLOCK WALL, PER PLANS, ELEVATION AND DETAILS, SHEETS 55 & 57. ® INSTALL CEMENT CONCRETE WHEEL STOP PER DETAIL SHEET 6. O INSTALL DECORATIVE STAMPED ASPHALT THIS AREA. 49 CONSTRUCT CEMENT CONCRETE VERTICAL CURB PER WSDOT STD PLAN F- 10.42. II ! AC DRAINAGE NOTES Q SEE PROFILES, SHEET 27, 40 & 41. • FlLIERRA UNIT, SEE DETAIL SHEET 7. WATER NOTES (SEE SHEET 22 FOR GENERAL WATER NOTES) El El 6 FURNISH AND INSTALL 12° CLASS 52 DUCTILE IRON WATER PIPE. AND FITTINGS AS SHOWN. STA 26 +91. 7.4' LT 12° GATE VALVE, MJxFL FURNISH AND INSTALL 1° WATER SERVICE CONNECTION PER COT STD DWG WS-01. COORDINATE WITH CITY FOR METER INSTALLATION. STA 26 +70, 29.0' LT STA 28+40, 28.7' LT FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY PER COT STD DWG WS -13. REMOVE EXISTING HYDRANT. RETURN EXISTING FIRE HYDRANT TO CITY SHOP. STA 26 +93, 20.0' LT 0 2 INTERURBAN ALIGNMENT DATA STA 21 +33.86 TO STA 45 +49.73 N 21.23'30' W 2415.88' RNIS AN N TALL Fl 'E H ,• • • vg :LY 'ER 0 D WS -13. PAINT FIRE HYDRANT YELLOW. REMOVE HYDR T. STA 26 +73 40.6' RT CONTRACT.' TO CONFIRM EXISTING WA r" MAIN SIZE AND CONFIGURATI. PRIOR TO BEGINNI . 'YDRANT REPLACEMENT. 1 -6" TEE, ■i J 1 -6" GATE VAL 2 -8° x 6' RED 2 -8' DI . S 2 -8° x 8" DI COUPU . (FROM PREVIOUS FIELD DIRECTIVE) DISCONNECT EXISTING HYDRANT AT HYDRANT SIDE OF EXISTING HYDRANT VALVE. REPLACE EXISTING HYDRANT SPOOL WITH NEW "'6' HYDRANT SPOOL AND RECONNECT TO HYDRANT VALVE TO RELOCATE HYDRANT TO OFFSET 41' RT ( ■CENTER OF PLANTER) AT SAME STA AS EXISTING, "'26 +64. REINSTALLATION SHALL BE PER COT SID DWG WS -13. ADJUST EXISTING VALVE AND RELOCATED HYDRANT TO GRADE. HYDRANT HEIGHT ADJUSTMENT MAY REQUIRE REMOVAL OF EXIST. 1' BARREL EXTENSION. PAINT HYDRANT YELLOW. A 3 1 • ADDENDUM FEDERAL AID PROJECT NO: STPUL - 1045/007 & TIB PROJECT NO: 8.1- 116(010) -1 INTERURBAN AVENUE 7539lhAranueN SeaWe, WA 98160 (206)286.1640 wwwkpg.cam M7 Broadway Suite 588 Tacoma, WA 98402 (253) 6270720 by date • PL_T L 1 �' W®1_ s 1:::, /-4,1C11. T'_ .� wr e c� s *ENGINEERING *STREETS *WATER *SEWER *BUILDING* 1 s aoY s* 1908 26 ', r,, re�mrawa�r! 'r, L.�:, ., .�� ,.� I. �e6lgti�� NA 2114 BID DOCUMENT ■ ,';;'�,.,1 � 107 drawn NA 2/14 eei NJD 2174 ROADWAY PLAN STA 24 +05 TO STA 29 +00 90 0438PLN01.dw pr° NJD 2)14 teale N/A := 10 dir • date 02/2014 no date revisions fleldbkno +8% +4% +8% 0% $1...25' �0 00 REIN 'TRAI4SIT10N 'RT' re 'LT -4% -29‘1.7 -8% 60 -2%.RT -2Z LT• -2% RT STA .26+00.00 END •TRANSITION• RT • Sc. L.T STA • 28+0000 BEGIN • •TRANSITION. 1 ) 21RANSIiNA LT 3% LT -2% L` * +4% 0% 3%•RT -3% RT 4% -8% 24 25 50 50 30 20 C8 TYPE 1 STA 24+61.67, 37.56' RT RIM 25.82 I 40 IE IN 22.29 (6 "E)FROM FILTERA F4 IE OUT 22.29 (12"W) 10 0 FINISHED"GROUN ALONG PIE ••, 01'4 1 _T__ALONG EXISIINQ PIP OLIN C} 20 CB TYPE 2 -60" 50 40 30 20 G99% STA 24+61.65, 22.00' R' W/ ROUND SOLID COVER RIM 26.30 IE IN 20.70 (18 "S) IE IN 21.51 (12 "SE) IE IN 21.10 (12 °SW) IE IN 21.51 (12 °E) IE OUT 20.54 (18 "N) 50 26 27 INTERURBAN AVE S SUPERELEVATION DIAGRAM 50 TT t-r 37 'STA 408.00, 37.56' RT RIM-2 .133 IE"IN"■1:24" (6"E)'FROM FILTERA F5 40 I '0" .2.2 ..1 ° 4i IF..9U...21,2.4.. 9'N) .PLUG..AT. DUTLET FROM .CB • USING NISHEO• GROUNI •42 ". MECHANICAL 30 AL0IIQ1IP.E 6 .PLUG f 30 ■ 20 at4STING -GROUN 11111.....9 20 ' ALONG•PIPE•" E••SH2 41 FOR , !at t tsIMINI_ 10 ••16.•LF•42 °••S)•S=4:95% .........�... 10 1ST 8" SS J. f id 0 + 0 w V CB TYPE 2 -48° CB TYPE 1 STA 27 +3 W/ SOLID RIM 24.60 IE OUT 20. CON EXI 28 CB TYPE 1 50 EX S ST 8" SD S STA.27:1:40,80 3 30.52' LT 40 4241- 4 w V CB TYPE 2 -48° CB TYPE 1 STA 27 +3 W/ SOLID RIM 24.60 IE OUT 20. CON EXI 28 CB TYPE 1 50 EX S ST 8" SD S STA.27:1:40,80 3 30.52' LT 40 4241- 4 • IE OUT 19.96 (12 °E) '-12 LF 12' SD S =1.05% J D 29 GENERAL DRAINAGE PROFILE NOTES 1. CATCH BASIN OFFSETS ARE TO CENTER OF STRUCTURE. 2. PIPE INVERTS ARE SPECIFIED TO THE PROJECTED CENTER OF STRUCTURE. 3. CATCH BASINS SHALL HAVE VANED GRATES UNLESS OTHERWISE NOTED. 4. CONFIRM INVERTS OF STORM DRAIN AT EXISTING STRUCTURES PRIOR TO LAYING PIPE. NOTIFY ENGINEER OF ANY DIFFERENCES. 5. THE LOCATIONS OF EXISTING UNDERGROUND U1IU11ES ARE APPROXIMATE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING THE EXACT LOCATION. 6. WHEN THE VERTICAL CLEARANCE BETWEEN UTIUTIES IS LESS THAN 6" (MIN), PROVIDE AN OD x 00 x 2.5° POLYETHYLENE PLASTIC FOAM PAD BETWEEN UTILITIES, WHERE OD IS THE OUTSIDE DIAMETER OF' THE LARGER PIPE. 7. FOR ADDITIONAL STORM DRAIN PROFILES, SEE SHEET 40-41. STA 26 +07.98, 22.00' RT' W/ ROUND SOLID COVER' RIM 25.27 ° IE IN 20.22 (18 "S) ey IE IN 20.47 (12 "E) uco Y1..... IE OUT 20.22 (18 "N) CB TYPE 2 -48° STA 27 +64.95, 21.91' RT W/ ROUND SOLID COVER RIM 24.49 IE IN 19.88 (18 "S) IE IN 19.64 (12 "W) IE OUT 19.47 (18 "N) - 0:64%' PROPOSED OUND AT CONSTRU HON 0:5014 150 LF 18° SD S =0.22% SEE SHEET 40 10 FQR. CONTIN!At1QN EXISi1NG•ELEVATION 0 AT CONSTRUCTION• ' "PROPOSED -ELEVATION-- 7- AT tANS1111X11ON" rk N N N -10 24+00 CO N N CO 1 IL I `y Iw S'RNG•GROUND •CONSTRUCTION•q• EXIST- 8''°SSY EX1ST..18 ".. SD Ira N N m N N M N 25+00 26 +00 27 +00 1 0 10 20 40 SCALE IN FEET 60 28 +00 60 50 40 30 20 10 0 r -10 29 +00 �' TT�3L,IC vV 1 s 1:30 H;P *ENGINEERING *STREETS *WATER* SEWER *BUILDING* designed drawn checked prof eng prof dir field bk no by SOD SOD NJD NJD date 2/14 2/14 2/14 2/14 153 9th Avenue N Seallle, WA 96109 (206) 266 -1640 xvnv.Ipg.cem 2502 Jell arson Avenue Tacoma, WA 28402 (253) 627 -0720 BID DOCUMENT FEDERAL AID PROJECT NO: STPUL- 1045/007 & TIB PROJECT NO: 8-1-1 16(010)-1 INTERURBAN AVENUE S ROADWAY PROFILE STA 24 +05 TO STA 29 +00 A 1/4/1' 10 DETEN11ONN VAU TT NU" no date revision 27 107 file no 0436PRF,dwo scale AS SHOWN date 02/2014 T STA 29+38.82, 37.51 LT PC G VA; R=17.0' STA 201-23.56, 28.00' LT FOR S 149TH ROADWAY PROFILE, SEE SHEET 38. 4-04-2014 8 EE FJELS R1 CURVE DATA AT FAG. HORIZONTAL VORTICAL PC- 29+20.66 /FACE OF GUTTER 16.50' LT , alVAlIONS : A = 835(TV / BEGIN 23137 R = 28.00' • ye, 23.93 I. = 26.97 ' 24.00 7 - 16.20' 411 24.07 PT- 29+4.00 END 24.23 31 LT R2 CURVE DATA AT F.O.G. HORIZONTAL VERTICAL PC- 29+84.22 FACE OF GUTS 53.96' LT aEVATIONS: A = 118118'39' BEGOT 26.28 R = 28.00' . 42AA 25.07 I. - 52.70' 24.11 T = 41.73' 4A 23.93 PT- 30+07.55 END 23.87 18.50' LT R3 CURVE, DMA AT F.o.c. HORIZONTAL I VERTICAL PC- 29+17.07 ' I FACE OF GUTTER 37.50' RT ELEVATIONS: -A = 8919'2r--- ' BEGIN 23.27 R = 28.00. T. = 40.84' 23.33 23.40 7 = 26.60' g 23.46 PT- 29+43.07 END 215.1,- 83.5ff R7 DID 23.58 R4 CURVE DATA AT F.O.G. HORIZONTAL VERTICAL PC- 29+69.07 FACE OF GUTTER 63.50' RT ELEVATIONS A = mar BEGIN 23.17 R = 28.00' 34A 22.90 L -4084' »A 22.74 7 = 26.00' 34 23.15 PT- 29+95.07 DID 23.58 37.50' RT FOR POINTS TABLE, SEE SHEET 31 GENERAL CONSTRUCTION NOTES 1. SEE SHEET 20. INTERURBAN ALIGNMENT DATA STA 21+33.86 TO STA 45+49.73 N 2123'30" W 2415.86' NC° (1) , 6, €7,, , . _ s ....., .c.,,,„ , ...„..,,,,„, ,„,, .. r„,,..„ ,, 23,10,;„=r0,1.„,,..,,,4,1 , t I.,,; ... ,.. ''' ra EvAltillim.r.---Widgrid.,1 _ 2 al •- '"_unifil'irt- S siA•194-66:06.- DRAINAGE NOTES SEE PROFILES, SHEET 29, 41 & 42. FILTERRA UNIT, SEE DETAIL SHEET 7. 0 DETENTION VAULT, SEE DETENTION VAULT DETAILS, SHT 58-59. *- • UPDATED SCL POLE LOCATION OF 7/30/14 GRADE TO DRAIN 0 IN. (abandoned) lit-Sig. -'1.1PIII.M.II-- ...... FO ° - r WPM MEM MIERMIN= 8'."-- 1 .. *•=int,o aierde RiNmuit i-oire STA 29+24.17 5.00' RT 09:7 ma* F.O. cg) smon • .w. N 21'23'30" W F.O. GRADE TO DRAIN 1:1 11■41"--- whom= UPDATED SCL POLE LOCATION AS OF 7/30/14 8 Q f GRADE TO DRAIN &; ,90 s . . .4774' -111:11-1,:mal-milm u1414r- -.1111111111111.111111M11111.7 71111111.1111. 1.11 : • A " • UV.: - FO _fl- 61311111■117Zr'c'''1111111111 tt DETAIL I -1 ' • "' cos; -.NNW . gne _ 7c.pi .0r=sWirultr END 12'Wx61H SIDEWALK %. A31+06.1 111 .1 mgmaguewciermegves.• .• GRADE TO DRAIN 0 5 10 20 30 SCALE IN FEET GRADE TB DRAIN ' • . • • ''," ••■• •••! ; SIA 29+21.07, PT STA 29+35.57, 63.50' RT 49.00' RT R=14.5' n / JB / STA 29+8 . 6, 49.00' RT., R=10' OZ-ja.t PCC 4/4 `•/ STA 29+7•U 53.71' RT I PC R=18.5' STA 29+76.57: 63.50' RT CONSTRUCTION NOTES 0 MATCH EXISTING. 0 CONSTRUCT CEMENT CONCRETE DRIVEWAY APPROACH AND RECONSTRUCT DRIVEWAY PER DETAIL SHEET 5. Q GRIND BUTT JOINT PER DETAIL, SHEET 5. 0 CONSTRUCT SIDEIVAIX TRANSITION RAMP PER DETAIL, SHEET 5. P p GRADE TO DRAIN P 1,4GRADE TO DRAIN P 0510 20 40 60 SCALE IN FEET L(ADD#2) DELETED NOTE 26 0 CONSTRUCT MEDIAN PER TYPICAL SECTION, SHEET 49, AND MEDIAN PLAN, SHEET 46. 41/4 , / GRAVEL PIP / 0 CONSTRUCT CURB RAMP TYPE PARALLEL A PER WSDOT STD PLAN F-40.12. USE RED BRICK PAVERS WITH DETECTABLE WARNING PATIFJTN AS SPECIFIED IN THE SPECIAL PROVISIONS. O ADJUST GAS VALVE TO GRADE. COORDINATE WITH PSE. 0 APPROXIMATE LOCATION OF NEW/RELOCATED POLE BY OTHERS. CONTRACTOR TO COORDINATE WITH SEATTLE CITY UGHT FOR SEQUENCING OF POLE RELOCATIONS. @ ADJUST FIBER OPTIC MANHOLE/VAULT TO GRADE. COORDINATE WITH u•nurt. 0 ADJUST SEWER MANHOLE TO GRADE. 0 ADJUST WATER VALVE TO GRADE. 0 FURNISH AND INSTALL CEMENT CONCRETE EXTRUDED CURB TYPE 6 PER WSDOT STANDARD PLAN F-10.42. @ FURNISH AND INSTALL DUAL FACED SLOPED MOUNTABLE CURB PER WSDOT STANDARD PLAN F-10.64 AND PAINT CURB YELLOW. @ CONSTRUCT ASPHALT RAMP PER DETAIL SHEET 5. FEDERALAID PROJECT NO: STPUL-1045/007 & TIB PROJECT NO: 8-1-116(010).1 ADJUST MONUMENT CASE AND COVER TO GRADE. WIDEN ROADWAY. SEE ROAD WIDENING SECTION, SHEET 4. RELOCATE GAS UNE BY OTHERS. COORDINATE WITH PSE. CONSTRUCT CEMENT CONCRETE DRIVEWAY APPROACH PER DETAIL SHEET 5. CONSTRUCT TYPE SINGLE DIRECTION B CURB RAMP PER WSDOT STD PLAN F-40.16. USE RED BRICK PAVERS WITH DETECTABLE WARNING PATTERN AS SPECIFIED IN THE SPECIAL PROVISIONS. 0 CONSTRUCT COMBINATION CURB RAMP PER MODIFIED WSDOT STD PLAN F-40.14 IN APPENDIX A. USE RED BRICK PAVERS WITH DETECTABLE WARNING PATTERN AS SPECIFIED IN THE SPECIAL PROVISIONS. O CONSTRUCT CEMENT CONCRETE CURB AND GUTTER AT DRIVEWAY APPROACH PER DETAIL SHEET 5, AND RECONSTRUCT ASPHALT DRIVEWAY PER SECTION SHEET 5. 0 CONSTRUCT CURB BUMP-OUT PER DETAIL, SHEET 6. () INSTALL CEMENT CONCRETE WHEEL STOP PER DETAIL SHEET 6. @ CONSTRUCT TYPE SINGLE DIRECTION A CURB RAMP PER WSDOT SID PLAN F-40.16. USE RED BRICK PAVERS WITH DETECTABLE WARNING PATTERN AS SPECIFIED IN THE SPECIAL PROVISIONS. O CONSTRUCT CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT F-10.12. @ INSTALL DETECTABLE WARNING SURFACE PER WSDOT F-45.10. (2 IN-10,42. STAMPED ASPHALT THIS AREA. Ca CONSTRUCT CEMENT CONCRETE VERTICAL CURB PER WSDOT STD PLAN 28 ) 107 file no 0426PLN01.dwg scale NIA 02/2014 A . ADDE DU : 2 , MEE CO; -SD SYSTEM REVISIONS IFAINIELMAT. :'1" NM NM MIMI o date revisions INTERURBAN AVENUE S ROADWAY PLAN STA 29+00 TO STA 34+00 BID DOCUMENT /53 9111 Avenue N Seal Ile, WA 911109 pop 206-1640 wi90.com 1117 Broadway Sub 501 Tatou, WA 9B402 (253) 627-0720 TONNE ,3". COUNTIRY SUITES 14800 S WATER NOTES (SEE SHEET 22 FOR GENERAL WATER NOTES) 6 FURNISH AND INSTALL 12" CLASS 52 DUCTILE IRON WATER PIPE AND FITTINGS AS SHOWN. FURNISH AND INSTALL 6. cuss 52 DUCTILE IRON WATER PIPE AND FITTINGS AS SHOWN. CONNECT TO EXISTING 6' 0) WATER LINE CONTRACTOR TO VERIFY LOCATION AND DEPTH. STA 100+77, 9.8' LT 1-22.5' BEND, MJ 1-6" DI x 6' DI COUPLING FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY PER COT SID DWG WS-13. REMOVE EXISTING HYDRANT. RETURN DOMING FIRE HYDRANT TO CITY SHOP. STA 29+21, 31.0' LT STA 30+04, 53.0' RT STA 33+16, 20.0' LT STA 29+67, 8.5' LT 1-12" x 12' x 6" TEE, FL 2-12' GATE VALVES, FLxMJ 1-6' GATE VALVE, FLxMJ 8 9 lag 19 FURNISH AND INSTALL 6' CLASS 52 DUCTILE IRON WATER PIPE AND FITTINGS AS SHOWN. STA 29+97, 8.5' LT 1-12" x 12" x 10' TEE, FL 2-12° GATE VALVES, FLxMJ 1-10" GATE VALVE, FLxMJ 1-10' DI x CAST IRON DI COUPUNG FURNISH AND INSTALL 10° CLASS 52 DUCTILE IRON WATER PIPE AND FITTINGS AS SHOWN. CONNECT TO EXISTING 10" . CAST IRON WATERLINE CONTRACTOR TO VERIFY LOCATION AND DEPTH. STA 33+13, 8.6' LT 12" GATE VALVE, MJxFt. REMOVE DIMING HYDRANT SPOOL FROM VALVE AND CONNECT DIRECTLY TO VALVE WITH BENDS AND NEW HYDRANT ASSEMBLY. 2-45' BENDS, FL CALL 2 DAYS BEFORE YOU DIG 1 -800-424-5555 CLE3X-,1% "W<D_EZIr‹.ASt i /Ft/F:3' TT * ENGINEERING *STREETS *WA 1ER* SEWER*BUILDING* GENERAL DRAINAGE PROFILE NOTES 1. CATCH BASIN OFFSETS ARE TO CENTER OF STRUCTURE. 2. PIPE INVERTS ARE SPECIFIED TO THE PRO CENTER OF STRUCTURE. 3. CATCH BASINS MALL HAVE VANED GRATES UNLESS OTHERWISE NOTED. 4. CONFIRM INVERTS OF STORM DRAIN AT EXI STRUCTURES PRIOR TO LAYING PIPE. NOTIF ENGINEER OF ANY DIFFERENCES. 5. THE LOCATIONS OF EXISTING UNDERGROUND UTLITIES ARE APPROXIMATE. THE CONTRA( SHALL BE RESPONSIBLE FOR DETERMINING 1 EXACT LOCATION. 6. WHEN THE VERTICAL CLEARANCE BETWEEN IS LESS THAN 6° (MIN), PROVIDE AN OD x 2.5° POLYETHYLENE PLASTIC FOAM PAD BE UTIUTIES, WHERE OD IS THE OUTSIDE DIAMI THE LARGER PIPE. 7. SEE SHTS 26 & 28 FOR STORM DRAIN P SHT 29 FOR STORM DRAIN MAINLINE PROF1 50 40 30 EXI INTERURBAN AVE S 50 50 CIE) 40 DIG 30 CB TYPE 1 ". CB TYPE 2 I CB TYPE 1 CB TYPE 248 -48° 49 v STA 29 +77.06, 44.75 RT. _RIM STA 26 +08.00, 37.56' RT 2463 37 STA 27 +80.00, 36.68' RT 'RIM 23.79 i STA 29 +14.69, 36.68' RT" RIM 23.06 'E) RIM 22'74 IE IN 19.73 (2 "S) 40 IE IN 21.24 (6 °E) IE OUT 21.24 (12 °W) • PLU IE OUT 21.24 (E N) 4.•(SE.SHEET• 27) ' , IE IN 20.44 (12 "NE) IE I 0.69 6 "E FROM FILTERA F6 IE N 20.50 6 °S) • E 0 T 2'.44 12N) IE IN 19.96 (6 ' IE IN 19.96 (12NE) IE IN 19.96 (12 "S),_•.�/,� IE OUT 19.96 (12 °N). i FROM FILTERA F7 1 ' IE OUT 19.73 (12 °NW) FINIS ALONG ED GROUND PIPE 30 TOR HE 20 �EXISTING..8. ".. STORM (TO•BE••REMOVED) J� / \ �� ! \ /^ / AL TING GROUND NG PIPE t. %20 e 172 LF 8 SD S =0.43% 135 LF 12° SD S= 0.36% 63 LF 12° SD S =0.37% 2 LF 11Z •.$0. $. =..50 mom DD x yy 10 IL4 PROTECT-ADJACENT-HYDRANT-AND Im ASSOCIATE) IHRUST'BL'OCK"DURING �= SD'1NSTALtA11.N. I� 1 I .EXI ..12." •°STORM BE"REMOVEO I 1 1 10 19.59' NECT TO DI E S'. SEE SHEET 27 (TO' EXIST.a...SS t )............ �"" I �� OR•CONIINUATIDN R7t OF S AND 0 ..P.LAN. SEE..P.LAN. .SHEET-28. L ................... ••••I Ig...I., C 1 iw DEOiAILS, 26 +00 27 +00 50 50 28 +00 29 +00 I,Lg 30 +00 30 +25 w o: 40 CB TYPE 2 -48° 50 a (__,___EXIST �_ • wig N CB TYPE 2 -48" 50 50 50 STA 29 +54.76, 55.2 LT 0 IE I OUT 21.80 (18 "N) 3QJ F 1 " 0 S =2,9 _.._•_,. EX, 4' CB TYPE 11 40 40 STA 27 +88.23, 46.02' RT.... W/ ROUND SOUD COVER RIM 24.03 IE IN 19.70 (15 "S) PLUG en 40 I 40 STING GROUND ALONG PIP:••,• 30 . CB TYPE 1 v STA 29 +43,07, 63.50 RT 'C •..••.•.••_• .................. ,.„ .STA 29 +81.61, 40.78' LTC) RIM 24.96 IE IN 20.90 (18 °S) 30 IE IN 20.50 (12" NE) IE IN 19.40 (18 "SW) PLUG - "N)PLUG 30 30 I ( a GROUND' oNc''�i��'� RIM 23.53 'IE OUT 20.34 (12 °S) EXISTING-GROUND AL0t�G•f'IPE••. 30 - 20 -- - IE OUT 20.90 (18 °NE) 24 "IF18'' SD- DI "S=1'. % D 30 20 DUCT _ 20 10 i IE OUT 19.60 IE OUT 20.50 2_ 1 " - 5- 0,5.09., (18 ;;; (12 °SW) SP 4 t... - •• ��+�11rr�.g- _ ti A 20 20 XIST 18 SD 20 CONNEC ..TO•.....•••� III' • '•1 EXIST 1 " ". SD ;•• .• •••1.1 FROM WEST ed I I &EXIST 6" I"' ��• `; 1 i SD FROM NW .L iz t EX"11"X10 "" t")" EXIST'12 " "Sp t.i ITO- BE- REMOVE40 1 X1'1 �F ..... ii I " 1 ®��1 -FXRIN T OUND NG..P.IP.Ei.. 10 10 ' I•� 1 i i. 39. L .12 "...SR..S =.R, 9% 10 _ TO B 0 REI ATE�i} 11.I BY•OTHERSI R- WATER••12" a1 �,,,r.� 1 �t ply I g•.1# I I {� d_j j _t 10 ...1a zt. FA id Wt' 3 I ..i 1= t I. Its t�` id ---a• ti 0 FINISHED GROUND EXIST 8" SS-' (ABANDONED) 52CB TYPE 1L CB TYPE 1 � .. STA 29 +82.26, 16.50' LT STA 28+66.68, 29.24' LT.X_J W/ SOUD METAL COVER W/ SOLID METAL COVER RIM 24.07 RIM 24.47 IE IN 20.52 (18 °SW) IE GUT 22.16 (8 °N)1 IE IN 21.32 (12 "S) MU' °'SD' =DI IE OUT 20.52 (1B "N) 5 0:5 20 CONNECT 6' 10 XIST •} ".RCP CB TYPE 1 STA 29+15.14, 16.50' LT RIM 2379 IE IN 21.91 (8 "S) IE OUT 21.66 (12 "N) w e, INTERURBAN AVE S ALONG PIPE 50 251F-18° SD S=0:30% CB TYPE 11 STA 30+07.55, 16.50' LT RIM 23.65 IE IN 20.44 (1B °S) IE OUT 20.07 (18 "N)_ PROPOSED. GROUND AT' CONSIRUCTION'� S11NG- GROUND GONSTRU011ON • • CB TYPE 2 -48° L� STA 31+04.13, 17.45' LT RIM 23.87 IE IN 19.78 (12 °N) IE IN 20.28 (12 "W) IE IN 19.78 (18 "S) IE OUT 17.31 (18 °E) 34 CB TYPE 1 34 STA 32 +00.12, 16.25' LT RIM 23.40 -\ IE IN 20.36 (12 "W) IE OUT 20.36 (12 "S) 40 40 40 TO *1 1'1 '1 0 FIRE HYDRANT PPLY 28 +50 67'll '12 "'SIT4DS-0.50% 29 +00 Ia f;ii1" I! �I IW 1 -6i 97 LF 18° SD S =0.30% EXIST 18" SD 96 LF 12° SD S =0.60% 30 30 20 20 SAME SEE SHEET 29 - - -- EXWST'8 " "SS FOR-CONTINUATION P- WATER"6" STRUCTURE 10 10 STA 32 +04.82 37.11' LT IE 23.01 12 E INSTALI3OLARED END °S C110N -WI1H ASH GUARD 20 211LF12 °SD S=12.40% 10 0 0 0 30 +00 31 +00 32 +00 32 +25 11014 VAULT T 58 -59 0 5 10 20 40 60 SCALE IN FEET P' U113 L,IC' W J' 1 /-1.1:1) T * ENGINEERING *STREETS *WATER* SEWER *BUILDING * 753 915 Avenue II Seattle, WA98109 (206) 286 -1640 nnw.Ypg.com 2502 Jefferson Avenue Tacoma, WA 98402 (253) 627.0720 BID DOCUMENT FEDERAL AID PROJECT N0: STPUL -1045 /007 & TIB PROJECT NO: 8 -1- 116(010) -1 INTERURBAN AVENUE S STORM DRAIN PROFILES STA 27 +80 TO STA 32 +00 e /30/1 • C0; -SD SYSTEM REVISIONS - INIMMINIMINNE • no date revisions 41 107 1 file no 0436PRF.dwg scale As SHOWN date 02/2014 50 50 INTERURBAN AVE S CB TYPE 1 A '3469.8'6,-31 3. 4 _40 _ 30 20 10 CB TYPE 1 STA 31+11.10, 37.50 RT RIM 22.82 IE OUT 19.63 (8s) • • ...... E) IE OUT 19.63 (12"N) 50 _ 40 CB TYPE 1 STA 31+99.89, 37.50' RT 0 RIM 23.09 I „ IE IN 18.75 (12"S)_ou IE OUT 18.75 (12"W) EXISTING..GR .AICONSTRUCTI ND 17. "5LF*8""SD-S-'0.57%* CONNECT..TO.LIETENTI SEE DETAILS, .SKT .5 VAULT. 9 0 31+00 40 50 40 30 1 wrr 20 6SEE'SHEET 29 'CONTINUATION 0 32+00 SEE PLAN 'SHEET213' 32+25 50 40 20 10 21 LF S= .00% 0 fINISHED.GRO AIONG-PIPE1 EXIS ALO1 ND 30 20 1NG GROUND G PIPE CONCRETE INLET AtinaliMP'. 0 20.3 CB TYPE 1 STA 35+72.80, 63.50' RT. RIM 22.42 IE OUT 18.20 (121,1W) CB TYPE 1 30 STA 36+26.10, 53.50' RT RIM 22.48 1, IE IN 17.91 (12"SE) IE OUT 17.91(12N 40 ---r EXIST CB TYPE 2-60" 20 STA 36+42.64, 50.45' RT W/ ROUND SOLID COVER RIM 23.10 30 IE OUT 16.20 (36 NW) IE IN 17.70 (12°SE) A -,-54 LF 12" 20 S=0.53% lg PROPOSED GRCpUND AT. CONSTRUE ON •SEEPLAN. .SHEET.30. 'EXISTTNG-GR D 10 A1,QNG PIPE1 17 12 SD-S=1.25.% 50 40 30 20 10 50 40 30 20 10 INTERURBAN AVE S 50 30 11 CB TYPE STA 38+98.39, 37.50' RT RIM 22.86 IE OUT 18.60 (12"S)- 20 10 FINISHED...GROUND AT..CONS1RUCTION.X 95 LF 12° SD S=0.80% 381410 0 AT CONSTRUCT' 50 40 30 20 N 10 50 EX:11.710- OCB TYPE 2-48° V.1%. STA 38+03.00, 37.56' RT W/ ROUND SOLID COVER RIM 23.00 IE IN 16.04 (1rw) IE IN 17.84 (12N) IE OUT 15.94 (18"NE) WOOD-DUCT- ..13.. S=1:11% P -atm '2".• EXIST CB TYPE 2-60" STA 38+03.30, 50.28' RT/\ W/ ROUND SOLID COVER RIM 2100 IE IN 15.70 (36"S)- -AQ-- 1E IN 15.80 (18"W) IE OUT 15.70 (36"N) IE IN 15.80 (18"SW) CB TYPE 2-48° A 1 . .......... STA 38+03.00, 17.45' LT n RIM 23.63...4 YL IE IN 17.54 (12"N) IE OUT 16.31 (18E) INTERURBAN AVE S 1 CB TYPE 2-4 8 .STA 36+55.06, 17.45' LT RIM 23.37 IE IN 18.80 (121,1) IE IN 18.43 (1rw)______ .IE OUT 16.69 (1n) 201F-12-"Sll 50 40 30 rtiLl m.11_ _EXISTING_LEOUND_ 6l 10. ALONG. IPE..q, IR V" 16 16- -EX:-STP'F/O-BUNDLE MINE IT -0 -0 ALONG.PIPE..q_ 30 20 10 PiROPOSED GROUND AT CONSTRUCTION 20 COSTING GROUND AT CONSTRUCTION t 0 0 CB TYPE 1 STA 36+75.14, 16.50' LT C@ RIM 23.27 I IE OUT 1900 . (12"S) I 0 10 SEE SHEET 31 36+50 FOR CONTINUATION EXIST 12" SS 55 LF 18" SD S=0.49% A GENERAL DRAINAGE PROFILE NOTES 1. CATCH BASIN OFFSETS ARE TO CENTER OF STRUCTURE 2. PIPE INVERTS ARE SPECIFIED TO THE PROJECTED CENTER OF STRUCTURE. 3. CATCH BASINS SHALL HAVE VANED GRATES UNLESS OMERVASE NOTED. 4. CONFIRM INVERTS OF STORM DRAIN AT EXISTING STRUCTURES PRIOR TO LAYING PIPE. NOTIFY ENGINEER OF ANY DIFFERENCES. 5. ME LOCATIONS OF EXISTING UNDERGROUND UTILITIES ARE APPROXIMATE THE CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING THE EXACT LOCATION. 6. WHEN THE VERTICAL CLEARANCE BETWEEN UTIUTIES IS LESS THAN 6" (MIN), PROVIDE AN OD x OD x 2.5" POLYETHYLENE PLASTIC FOAM PAD BETWEEN UTILITIES, WHERE OD IS THE OUTSIDE DIAMETER OF THE LARGER PIPE. 37+00 7. SEE SHTS 28 & 30 FOR STORM DRAIN PLANS AND SHT 29 FOR STORM DRAIN MAINLINE PROFILE 39+00 50 40 30 20 50 40 30 20 10 50 CB TYPE 1 STA 34+11.47, 37.50' RT RIM 23.28 IE IN 20.00 (6"E) OUT 19.50 (12"N) 30 40 FINISHED- ROUND ALONG TIRE t. 20 STING GROUND ONG PIPE 50 40 30 20 10 0 34+00 EX 6 PVC Inn S=1.37% 10 INTERURBAN AVE S 0510 20 40 60 SCALE IN FEET 50 CB TYPE 1 STA 34+11.47, 37.50' RT RIM 23.28 IE IN 20.00 (6"E) IE OUT 19.50 (12"N) Fa•CB TYPE 1 STA 35+08.00, 37.50 17-1 RIM 23.05 IE IN 18.76 (12"S) tE IN 19.10 (6"NE) IE OUT 18.76 (12°W) 38 LF 12" SD 58 LF 12" SD S=0.75% 30 FINISHED GROUND AT CONSTRUCTION q 20 S=0.79% EXIST e D CB TYPE 1 EXISTING GROUND AT CONSTRUCTION c. 10 INTERURBAN AVE S --CB TYPE 2-4871\ -isp, STA 33+63.49, 17.45' LT N'ti RIM 23.82 IE IN 19.77 (12"N) IE IN 20.77 (12"SW) IE OUT 18.54 (12"E) CB TYPE 1 STA 34449.69, 37.50' RT RIM 22.76 IE IN 19.20 (12"S) IE OUT 19.20 (12"N) STA 34+50.26, 16.27 LT NI/ SOLID METAL COVER RIM 23.40 IE OUT 20.20 (1n) PROPOSED GROUND A1"CON UCTION /-.EXI TING-GROUND AI •CONSTRUCTION 87 LF 12" SD S=0.50% 10 0 )ABANDONED SEE SHEET 31 FOR CONTINUATION 0 35+00 35+25 50 40 30 20 10 SE -SHEET 29 FOR-CONTINUAR 0 33+50 34+00 34+75 1:1°L.T.E31L,TC4 i ENGINEERING *STREETS *WATER* SEWER*BUILDING* by date desi9 ed SOD 2/14 drawn SOD 2/14 checked NJD 2/14 ro en NJD 2/14 rod' field bk no IPQ 753 981 Awnue N Sealtle, WA 98109 (296) 286-1640 makpg.cani 2502 Jellemon Avenue Tacoma, WA 98402 (253) 627 -0720 BID DOCUMENT FEDERAL AID PROJECT NO: STP UL-1 045/007 & TIB PROJECT NO: 8-1-1 16(01 01-1 INTERURBAN AVENUE S STORM DRAIN PROFILES STA 31 + 00 TO STA 38+00 A /3 1. eop-so SYSTEM REYI ONs no date revisions 42 • 107 file no 0436PRF.dwg scale AS SHOWN date 02/2014 FINISH GRADE AT GUTTER UNE IE 19.6, 12" SD (IN) INSIDE VAULT SW CORNER STA 30 +05.58 (28.00' R) S N 12" INLET PIPE FROM CB 138 INSIDE VAULT SE CORNER STA 30+05.58 (51.00' R) CEILING EL 21.2 36" DIAMETER ACCESS RISER WITH LADDER AND 24" SOLID LOCKING COVER (TYP) ACCESS LADDER (TYP) — '�'« - -• SEE CONTROL STRUCTURE DETAIL, SHEET 57 SEE SHEET 57 I 6" COMPACTED DEPTH GRAVEL BACKFILL FOR FOUNDATION, CLASS B SECTION A (ELEVATION VIEW) NTS COMPACTED SUBGRADE \ A /\ L SEE SHEET 57 12" OUTLET PIPE TO CB 8 100.00' DETENTION VAULT PLAN VIEW NTS INSIDE VAULT NW CORNER STA 31 +05.58 (28.00' R) \--8" INLET PIPE FROM CB 236 /- INSIDE VAULT NE CORNER STA 31 +05.58 (51.00' R) * ENGINEERING *STREETS *WATER* SEWER *BUILDING * 753 9111 AVEIRO N SeaI6e, WA 90109 (206) 286-1640 wnwn4).cam 2502 Jell moo Avenue Tacoma, WA 98402 (253) 627 -0720 BID DOCUMENT FEDERAL AID PROJECT NO: STPUL- 1045/007 & TIB PROJECT NO: 8.1- 116(010)- INTERURBAN AVENUE S STORMWATER DETENTION & TREATMENT DETAILS OTIHS VAULT INFLOWS revisions 58 107 file no 0436STMDET0141wt cale N/A late 02/2014 ` L 36" ACCESS STRUCTURE, 24° SOLID LOCKING UD (IN ROADWAY) STA 30+06.82 (35.00' R) RIM= 423.95 — $ ui ,� ` 1 / SEE CONTROL STRUCTURE 2.50' DETAIL, SHEET 57 - — \ / 1: _�/ '— al 36" DIA ACCESS STRUCTURE STA 3D+55 5 (29.25AR) LID LOCKING LID CONTROL STRUCTURE 36" DIA / / °Y —' /' \1 36" DIA ACCESS STRUCTURE, 24" DIA SCUD LOCKING UD (IN SIDEWALK) STA 30 +07.57 (49.75' R) RIM= 024.51 g / ,- - STA 0+55.5' 36" DIA ACCESS STRUCTURE, 24" DIA SOLID LOCKING UD (IN SIDEWAIX) STA 30+55,57 (49.75' R) RIM= 024.71 ACCESS, 24" SCUD LOCKING UD (IN ROADWAY) STA 31 +04.32 (33.00' R) RIM= 023.71 ACCESS HATCH (IN SIDEWAUC) 5'x10' I I I I I a. I '. I e I Y d 100.00' DETENTION VAULT PLAN VIEW NTS INSIDE VAULT NW CORNER STA 31 +05.58 (28.00' R) \--8" INLET PIPE FROM CB 236 /- INSIDE VAULT NE CORNER STA 31 +05.58 (51.00' R) * ENGINEERING *STREETS *WATER* SEWER *BUILDING * 753 9111 AVEIRO N SeaI6e, WA 90109 (206) 286-1640 wnwn4).cam 2502 Jell moo Avenue Tacoma, WA 98402 (253) 627 -0720 BID DOCUMENT FEDERAL AID PROJECT NO: STPUL- 1045/007 & TIB PROJECT NO: 8.1- 116(010)- INTERURBAN AVENUE S STORMWATER DETENTION & TREATMENT DETAILS OTIHS VAULT INFLOWS revisions 58 107 file no 0436STMDET0141wt cale N/A late 02/2014 Sheet 1 of 2 CITY OF TUKWILA 14-067(c) Council Approval N/A CONTRACT CHANGE ORDER NO. c_)2 DATE: 11-5-14 PROJECT NO.: 903310402 PROJECT NAME: Interurban Avenue S. TO: Walsh Pacific BUDGET NO.: 104.98.595.800.65.00 CONTRACT NO.: 14-067 (c) You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued, Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Revisions to Landscaped Median 4 at Sanft Development as described below and indicated on revised plans (attached). The City wishes to undertake design revisions to the landscaped median on the contracted roadway improvements: Median 4 is shortened approx. 50 feet (Sta 7+50 to 38+00) and the geometry of the median end is revised to allow trucks to make left turns into .4t the driveway located at Sta 37+50 RT. This results in both a reduction in certain materials and an increase in others as itemized on the cost/quantity table (attached). The change was agreed to by the City in their negotiations with Mr. Sanft regarding the construction of frontage improvements along his property on the east side of Interurban. Revised drawings that detail the changes and an itemization of bid item revisions that quantify the changes are attached. The net result of this change is a reduction in project costs and credit of $3,951.98 to the City of Tukwila. / 5 (7) a--( 6/A/46 S All work required by this change shall be done at contract unit prices. Sheet 2 of 2 We the undersigned Contractor, have given careful consideration to the change proposed and hereby egroa, if this change order is opproved, that we will provide all equipnnent, furnish all nnateha|s, except as may otherwise be noted above, and perform all services necessary for the work above epecified, and will accept as full payment therefore the prices shown above and below. This change represents a fair, equitable and complete compensation. ACCEPTED: Date // //i4 Contractor: Walsh Pacific � Title , r� / Original Contract (without tax) $ 7,496,650.20 / APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 18,975.73 / Date This Change Order (without tax) $ (3,951.98) / ' �m��' 1 � REV. CONTRACT AMOUNT $ $ 7.511.973,95 « Chv ngineer dditional Calendar Days due to this change: 0 (zero) calendar days added <. /� � "i2.1 /If ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Construction Inspector Construction Engineer PW project file: CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS Interurban Avenue S, S 143rd Street to Fort Dent Way City Project No. 03 -RW02, Federal Aid No. STPUL -1045 (007), TIB Proj. No. 8- 1- 116(010) -1, State Constr. Contr. No. TA -2507 CHANGE ORDER #XX - MEDIAN 4 REVISION, -STA 37 +50 TO 38 +00 8/4/2014 K: Cr SEATTLE ' TACOMA Walsh Construction Bid Item Section No. No. Item Quantity Uni Unit Price Total Cost SCHEDULE A - ROADWAY IMPROVEMENTS ROADWAY 13 2 -03 Roadway Excavation Incl. Haul -18.3 CY $ 32.07 $ (587.60) 19 4 -04 Crushed Surfacing Base Course -5.7 TON $ 28.79 $ (162.68) 23 5 -04 HMA CI 1/2" PG 64 -22 for Overlay 6.9 TON $ 81.61 $ 562.69 26 5 -04 Planing Bituminous Pavement 60.5 SY $ 1.33 $ 80.50 52 8 -04 Cement Conc. Median Curb -102 LF $ 19.50 $ (1,989.00) 57 8 -26 Decorative Stamped Asphalt 30 SF $ 15.00 $ 450.00 TRAFFIC CONTROL DEVICES 110 8 -09 Raised Pavement Marker Type 1 0.5 HUND $ 149.97 $ 69.48 111 8 -09 Raised Pavement Marker Type 2 0.03 HUND $ 343.80 $ 8.91 115 8 -22 Plastic Traffic Arrow 2 EA $ 91.82 $ 183.64 116 8 -22 Paint Line, 4 In. -101.9 LF $ 0.48 $ (48.91) ROADSIDE DEVELOPMENT 121 8 -02 Topsoil Type A -9.5 CY $ 35.21 $ (334.50) 122 8 -02 Bark Mulch -3.5 CY $ 38.32 $ (134.12) 127 8 -02 PSIPE Carpinus caroliniana'CCSQU'I Palisade American Hornbeam; 2" Cal., 10' -12' Ht. -1 EA $ 247.54 $ (247.54) 133 8 -02 PSIPE Physocarpus opulifolius'Dart's Gold? Dart's Gold Ninebark; 18 " -24" Ht. -16 EA $ 26.41 $ (422.56) 135 8 -02 PSIPE Nandina domestica'Firepower./ Firepower Heavenly Bamboo; 15 " -18" Ht. -10 EA $ 19.94 $ (199.40) 137 8 -02 PSIPE Potentilla Fruticosa'Sunset'I Sunset Potentilla; 2 Gal. Cont. -35 EA $ 16.05 $ (561.75) 141 8 -02 PSIPE Abelia 'Rose Creek'/ Rose Creek Abelia; 2 Gal. Cont. -4 EA $ 16.05 $ (64.20) 143 8 -02 PSIPE Caryopteris x clandonensis'Korball'/ Blue Balloon Bluebeard; 2 Gal. Cont. -5 EA $ 16.05 $ (80.25) 144 8 -02 PSIPE Spiraea japonica'Walbuma'/ Magic Carpet Spirea; 2 Gal. Cont. -14 EA $ 16.05 $ (224.70) 156 8 -03 Automatic Irrigation System, Complete -1 LS $ 250.00 $ (250.00) _ Total Sch A $ (3,951.98) 1) Reduced Median - Subtotal = $ (2,096.08). 2) Additional Stamped Asphalt - Subtotal = $ 450.00. 3) Additional Channelization - Subtotal = $ 213.12. 4) Reduced Landscaping - Subtotal = $ (2,269.02). 5) Reduced Irrigation - Subtotal = $ (250.00). 1 of 1 Reasons or change (see below) 2) 3) 3) 4) 4 4) 4) 4) 4 4) 4) 4) 5 1720 619 24.01' IE 20.3' E, 8' CONC IE 20.1' 5, 12- CONC CB 1719 919 23.22' DE 21.4' W, 8' CONC C] PRKG " CB 1716 a • BARK r RIM 23.82' .p_ 1819.3' W, iZ E;8' CI IE 19.'' . 12' SWAN 6810 RIM 26.31' 1.E 19.2' 5, 12" CONC INFO NOT OBTAINED FOR W PIPE LE NOT OBTAINED, E, 12' OAP C8 1715 RDA 23.09' IE 21.3' W, 8" COLIC TEAMSTERS BUILDING, 14675 C8 2289 114675 BUILDING 59.111 7016 RIM 23.43' I.E. 14.3' W,S -N ® CL SSMH 7017 RIM 24.25' I.E. 19.0' W I.0.14.6'E®CI. POWER PANEL C8 2212 RIM 23.79' IE 20.6' E, 8' CCNC IE 18.1' N, 12" CONC 10 18.0' S, 12" COLIC 10 17.7' E, 18' CB 2213 RIM 23.01' 1E 21.2' W, 8° CONC BUILDING .1950. n w 1!1 M a INTERURBAN AVE S MULTIPLE P.8. 4'C 1 0FO G f0 POTENTIAL SETTLING POND 21f� '~ iin. I F51 l' F at FLIP SD I 18" CMP 6" PVC IE 20.2' UGH CONC. BLOCK PLANTER WITH FOUNTAIN P 6 CMP IE 19.4 12" CONC TO Y SUITES BO ESPRESSO STAND E, 6' CMP PLANTER 6' CMP RIM 23. IE 21.5' 1V, 6" PVC GENERAL SITE PREPARATION NOTES RIM 76' POTIENTIAL DISCHARGE POINT 20.9 SW, 6° CMP � l/I /{ i` Ai ? o o N I= t n- • SUM 7007 Fn'-.CONFP.1�2.� LE 16.2 SW, 8' CAP IE 15.9 SE, 36' HOPE -23- LE 15.9 NW, 36" HOPE SOH 7006 60' COLIC SIR. CB 22'5 -RIM= }D RIM 23.10' 16.2 SE, 18' CMP 16.2 NW. 36' HOPE K '4 23--- N: 61 002273 ---- -- ' 1202376 .74` f.1 4: 23.86 RIM 23.00' J E 3§ 0 sw-to rclp-- APPROXIMATE- I.E. E 15.7 NW, r HOPE CLEARING OMITS, TYP 0H OH 1. THIS PLAN HAS BEEN PREPARED FOR THE CONTRACTOR'S CONVENIENCE IN LOCATING, PROTECTING AND AVOIDING CONFUCTS WITH DOSING U11IJTIES. IT IS BASED UPON BEST AVAILABLE INFORMATION AND IS NOT NECESSARILY ACCURATE OR COMPLETE SEE APPENDD( I OF THE SPECIFICATIONS FOR EXISTING POTHOLE DATA IN THE PROJECT AREA. 2. THE EXACT SEQUENCE OF UIIUTY REMOVALS IS DEPENDENT ON THE CONTRACTOR'S ACTUAL WORK SCHEDULE. THE CONTRACTOR SHALL ACCOMODATE THIRD PARTY UTILITY WORK AS DETAILED IN THE CONTRACT DOCUMENTS.. SEE ALSO CONSTRUCTION STAGING CRITERIA ON SHEET 10 AND APPENDIX J. MASTER UTIUTY CONFLICT DATA, IN THE SPECIFICATIONS. 3. APPROXIMATE CLEARING LIMITS ARE SHOWN ON THE PLAN. ACTUAL CLEARING UMITS SHAD. BE STAKED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER 4. TREES OVER 12' DIAM PROPOSED FOR REMOVAL SHALL BE FLAGGED FOR ENGINEER APPROVAL 5. OVERHEAD UTILITY LINES ARE NOT NECESSARILY SHOWN. EXERCISE EXTREME CAUTION WHEN WORKING IN PROXIMITY TO AERIAL UT1UTY UNES. 6. ABANDONED STORM DRAIN AND WATER PIPE SHALL BE ENTIRELY FILLED WITH CDF. 7. FOR TREATMENT OF EXISTING JUNCTION BOXES, UJMINAIRE POLES AND EQUIPMENT, SEE ILLUMNINATION PLANS AND DETAILS, SHEETS 65 TO 75. B. FOR TREATMENT OF EXISTING SONS, SEE CHANNEUZATION PLANS, SHEETS 76 TO 84. 9. CONTRACTOR SHALL PROTECT EXISTING MITES NOT DESIGNATED FOR REMOVAL. 10. FOR COMPLETE INFORMATION ON PROTECTION AND REMOVAL REQUIREMENTS 014 PRIVATE PROPERTY, SEE PROPERTY OWNER REQUIREMENTS IN APPENDIX D OF THE SPECIFICATIONS. 1. C SITE PREPARATION NOTES INTE- RORBAN- WARE-11 6tlSE 4 UNDER DEVELOPMENT) -19 0 REMOVE ASPHALT CONCRETE PAVEMENT. 0 REMOVE ASPHALT, CURB, GUTTER & SIDEWALK. 0 REMOVE CURB. © REMOVE EXTRUDED CURB. 0 REMOVE TREE. 10 REMOVE BOLLARD. 12 REMOVE CEMENT CONCRETE SIDEWALK. 15 REMOVE STORM DRAIN PIPE 0 REMOVE STORM DRAIN STRUCTURE TB REMOVE /ABANDON WATER LINE AND ASSOCIATED APPURTENANCES. 19 COORDINATE REMOVAL OF EXISTING PIPE WITH INSTALLATION OF NEW STORM DRAIN PIPE AT 'THIS LOCATION. SEE PLAN SHEET 30. CI ABANDON STORM DRAIN PIPE. 21 ABANDON STORM DRAIN STRUCTURE ® POLE TO BE REMOVED OR RELOCATED BY OTHERS. PROTECT POLE UNTIL CONVERSION WORK IS COMPLETE COORDINATE WITH UTIUTIES. ® PROTECT UTIUIY VAULT TO REMAIN. COORDINATE WITH URUTY. PROTECT IREE TO REMAIN. SEE DETAILS, SHEET 6. 0 PROTECT WATER VAULT TO REMAIN. A TESC ITEMS ADDED TO SITE PREP PLANS LEGEND 0. 5 10 20 40 60 SCALE IN FEET CS -xxxxxxxxxxxx B -X C -X C 0 APPROXIMATE CLEARING UMITS SAWCUT PAVEMENT REMOVAL OMITS REMOVE SEWER OR STORM DRAIN PIPE ABANDON SEWER OR STORM DRAIN PIPE REMOVE /ABANDON WATER PIPE APPROX BORING LOCATION AND DESIGNATION APPROX. CORE LOCATION AND DESIGNATION CHECK DAM PER WSDOT STD PLAN 1 -50.20 CB INSERT CALL 2 DAYS BEFORE YOU DIG 1- 800 - 424 -5555 LL E3 .�"�~ <. S *ENGINEERING *STREETS *WATER *SEWER *BUILDING * by dale desioned NA 2/14 drawn NA 2/14 checked NJD 2/14 proj eng NJD 2/14 proj dir field bk no 753 915 Avenue N Seallle, WA 98109 (206) 286.1640 vman.= 2502 Jefferson Auenue Tacoma, WA 98402 (253) 627 -0720 BID DOCUMENT FEDERAL AIO PROJECT NO: STPUL- 1045/007 & TIB PROJECT NO: 8- 1.116(010)- INTERURBAN AVENUE S SITE PREPARATION & TESC PLAN STA 34 +00 TO STA 39 +00 A 4/1 ADDENDUM MEDIAN 4 REVISION no date revisions 16 107 file no 0436PREP06.dwg scale N/A date 02/2014 w CC, I 1 1 1 1 1 1 1 1 AC 0 . , SD ------__ so •...il. I i I A 0€0 0 1 rg, 1 a_,.. .. Is pmirvimp.mmatft... Mom egoio • „ COO EDO 0 D10B, , - , • , „ '• --i ' / SD TEAMSTERS BUILDING, 14675 P0818 PANEL e.........„ El _ ----.1.111rn, ■eaf illiP.1- ./Isteriersar, MR -ffNMMMM ---- v -...,,.......„ MIIMMilin____Kir' --.-- -."•',MAM OH 211-1.--1=7,411F2:0.1.... PININIKrtffla WA ornmaiimiwir-maiii z , II FfiffiiIINIUMMINUINANI MINWAMMENC w W FO FO ii. 1.1 fl s o / Ply/ skA, -"" • •• .;;F ••• •• ITt. . R 1. 1U1K7.. B11. 1 A' . N . AVE STA 111,114/- 4" 1-4,1rn 111-•4,111 gTA 35+- '1 85.79 . . . 30N301 N F o co --T•.-111, • -W6VIENLIt -.-17 -1 vv * 37 - 2123'30°W MULTIPLE F8 1 ,, SD mow \ PLANTER - 6 Mill q.___.........Agri =17"11 ."Wkleggg NWI S SD SD P ,„•:,--------•,--,._...---------- . ,/ \) ' PC ; \ ` i Tr'-• STA 35+50.30, 49100' RT / , . , .!---, / , N.PlItp, / r ni.iN TRY SUITE----------,---_,. . PC -Z''''' 64.00' RT --,•,... ------,...,..__.--- R=15' A4 WI I hi FOR S 147TH ROADWAY PROFILE, SEE SHEET 38. GENERAL CONSTRUCTION NOTES CONSTRUCTION NOTES 0 MATCH EXISTING. 0 CONSTRUCT CEMENT CONCRETE DRIVEWAY APPROACH AND RECONSTRUCT DRIVEWAY PER DETAIL SHEET 5. 1. SEE SHEET 20. DRAINAGE NOTES 0 SEE PROFILES, SHEET 31 & 42. CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 GRIND BUTT JOINT PER DETAIL SHEET 5. CONSTRUCT BUS STOP PAD PER DETAIL SHEET 6. CONSTRUCT MEDIAN PER TYPCIAL SECTION, SHEET 4, AND MEDIAN PLAN, SHEETS 46-47. rr 0 PT STA 36+26.08, 61.00' RT OH OH R=18.5' PC STA 36+07.60, 79.58' RT • • .4 D14A • 0 0 5 10 20 40 60 SCALE IN FEET CONSTRUCT CURB RAMP TYPE PARALLEL A PER WSDOT STD PLAN F-40.12. USE RED BRICK PAVERS WITH DETECTABLE WARNING PATTERN AS SPECIFIED IN THE SPECIAL PROVISIONS. O ADJUST CATCH BASIN TO GRADE. O ADJUST GAS VALVE TO GRADE. COORDINATE WITH PSE. 0 APPROXIMATE LOCATION OF NEW/RELOCATED POE BY OTHERS. CONTRACTOR TO COORDINATE W1114 SEATTLE CITY UGHT FOR SEQUENCING OF POLE RELOCATIONS. • ADJUST FIBER OPTIC MANHOLE/VAULT TO GRADE. COORDINATE 1,111-1 UTIUTY. C.) ADJUST SEWER MANHOLE TO GRADE ADJUST CATCH BASIN TO GRADE AND REPLACE LID WITH SOUD COVER 0 FURNISH AND INSTALL 2-15 LENGTHS OF CEMENT CONCRETE EXTRUDED CURB TYPE 6, PER WSDOT STD PLAN F-10.42. @ CONSTRUCT ASPHALT RAMP PER DETAIL, SHEET 5. © ADJUST MONUMENT CASE AND COVER TO GRADE. • CONSTRUCT B31 BUS SHELTER FOOTING PER METRO TRANSIT SID DWGS 0102 AND 0103, AND ADD GROUND WRE TO FOOTING. STA 34+52.5, 33.7' LT, BEGIN 9'01 X 6'4"W FOOTING STA 36+67.6, 59.2' LT, BEGIN 9'01. X 4'4"vi FOOTING • REPLACE CEMENT CONCRETE PATH TO MATCH EXISTING. SEE CEMENT CONCRETE PATH DETAIL, SHEET 6. O WIDEN ROADWAY. SEE ROAD WIDENING SECTION, SHEET 4. (2) CONSTRUCT CEMENT CONCRETE DRIVEWAY APPROACH PER DETAIL SHEET 5. 0 INSTALL DECORATIVE STAMPED ASPHALT 1l-US AREA. OH :29: OH :27; 11=111116111111111 .28; 01) El OH - IN TERURRAN WAREHOUSE I (UNDER DEVELOPMENT) WATER NOTES (SEE SHEET 22 FOR GENERAL WATER NOTES) FURNISH AND INSTALL 12° CLASS 52 DUCTILE IRON WATER PIPE AND FITTINGS AS SHOWN. El El 0 6 9 En CONNECT TO EXISTING 12° DI WATER UNE. CONTRACTOR STA 35+53, 8.4' LT 12° GATE VALVE, MJ STA 38+91, 8.5' LT 12° GATE VALVE, MJxFL STA 36+47.1, 8.5' LT 1-12" x 12 x 6° TEE, MJxMJxF1.. 1-6" GATE VALVE, FlxMJ TO VERIFY LOCATION AND DEPTH. FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY PER COT SID DWG WS-13. REMOVE EXISTING HYDRANT (SEE SHEET 32). RETURN EASING FIRE HYDRANT TO CITY SHOP. STA 36+9.0, 20.0' LT, STA 38+94, 20' LT STA 36+29, 8.5' LT 1-12° x 12° x 12° TEE, FL 3-12° GATE VALVES, FLxMJ 1-12 DI x 12° DI COUPUNG FURNISH AND INSTALL 6° CLASS 52 DUCTILE IRON WATER PIPE AND FITTINGS AS SHOWN. CONNECT TO EXISTING 6° DI WATER LINE. CONTRACTOR TO VERIFY LOCATION AND DEPTH. FURNISH AND INSTALL 1 h° METER SETTER AND METER BOX FOR IRRIGATION, PER COT STD DETAILS WS-02 AND WS-03. FOR SERVICE UNE TO METER, SEE IRRIGATION PLANS & DETAILS, SHEETS 92-98. COORDINATE W1111 CITY FOR METER INSTALLATION. Ln C::, (r) R5 CURVE DATA AT F.O.G. HORIZONTAL VERTICAL PC- 35+46.61 FACE OF GUTTER 37.50' RT ELEVATORS: A = 8970'44' BEGIN 23.04 R = 26.00' 148 22.88 I. = 40.54' YzA 22.73 T = 25.70' NA 22.57 PT- 35+72.80 END 22.45 63.20' RT R6 CURVE DATA AT F.O.G. HORIZONTAL VERTICAL PC- 36+00.10 FACE OF GUT1E6 79.60 RT ELEVATORS: A = 9011'07 BEGIN 23.30 R = 26.00 346 22.93 L. = 40.92' Yze 22.78 T = 26.08 Y49 22.63 PT - 36+26.01 END 22.48 53.50' RT INTERURBAN ALIGNMENT DATA STA 21+33.86 TO STA 45+49.73 N 2123'30* W 2415.86' POINT TABLE DESC STATION OFFSET RADIUS NOTES 11 PC 33+81.69 17.50' LT 80' R FACE OF CURB 12 PRC 34+12.09 23.50' LT 80' R FACE OF CURB 13 PT 34+42.48 29.50' LT FACE OF CURB 14 PC 35+12.48 29.50' LT 85' R FACE OF CURB 15 PT 35+33.17 26.94' LT FACE OF CURB 16 PC 35+59.42 20.36' LT 95' R FACE OF CURB 17 PT 35+82.54 17.50' LT FACE OF CURB 18 PC 33+85.47 28.00' LT 100' R FACE OF CURB 19 PRC 34+13.04 31.87' LT 106.5' R FACE OF CURB 20 PT 34+42.39 36.00' LT FACE OF CURB 21 PC 35+12.49 36.00' LT 100' R FACE OF CURB 22 PT 35+34.76 33.25' LT FACE OF CURB 23 PC 35+43.68 31.01' LT 91.5' R FACE OF CURB 24 PT 35+68.02 28.00' LT FACE OF CUR 26 PC 37+74.48 54.50' RT 100' R FACE OF CURB 27 PRC 38+13.67 46.50' RT 100' R FACE OF CURB 28 PT 38+52.86 38.50' RT FACE OF CURB 29 PC 37+74.56 61.00' RT 106' R FACE OF CURB 30 PRC 8+10.21 54.83' RT 100' R FACE OF CURB 31 PT 38+43.84 49.00' RT FACE OF CURB 30 107 file no 0436PLN014vg scale N/A 02/2014 A 7/30/14 CO#2-SD SYSTEM REVISIONS 8/04/14 CO#XX-MEDIAN 4 REVISION no date revisions FEDERAL AID PROJECT NO: STPUL-1045/007 &TIB PROJECT NO: 8-1-116(010)-1 INTERURBAN AVENUE S ROADWAY PLAN STA 34+00 TO STA 39+00 BID DOCUMENT PG- 753 9Ih Avenue N Seale, 41+ 90100 (205) 206-1640 wym.kpg.com 1117 Bloadwa/ Sulle 501 Tacoma, WA 90402 (253) 627-0720 designed drawn checked poi eng poi dir held bk no by NA date NA N D N D 2/14 2/14 2/14 2/14 _FP E-LEt1I11 W:k1.1C AS * ENGINEERING *STETS *WATER*S EWER *BUILDING * 011 012 37 t 39 40 41 42 0 5 10 20 40 60 SCALE IN FEET INTERURBAN AVE S MEDIAN 4 MEDIAN LAYOUT POINTS : STATION OFFSET DESCRIPTION RADIUS 38+07.77 AP 1A 37 +92.31 11.64' RT PC 2' 2 3 + 311 15.50 RT PT 3 40+43.49 15.50' RT AP 4 40+58.95 9.36' RT PC 2' 5 40+58.21 5.50' RT PT *ENGINEERING *STREETS *WATER *SEWER *BUILDING * by date desi'ned drawn checked o ene o' dir field bk no 2/14 2/14 214 2/14 753 9@ Avenue N 5ea10e, WA 98109 (206) 286 -1640 exw.kpg.com 2502JellesonMoue Tacoma, WA 98402 (253) 627 -0720 BID DOCUMENT FEDERAL AID PROJECT NO: STPUL - 1045/007 &TIB PROJECT NO: 8-1-116(010)-1 INTERURBAN AVENUE S MEDIAN PLANS & DETAILS 6704714 CO MEDIAN 4 REVISION no date revisions 47 107 file 0 0436MED 3.dwg scale N/A date 02/2014 Z9 133HS 00 +6£ VS 3NIl HO1VV1 / / TEAMSTERS BUILDING, 14675 / / i / / 0 / � - - - — L— ® - _ N... 0 © 0 El N - INTERURBAN AVE S STA 36 +ts �i. 131 35 la 8.. 8:: .. .._. STA 35+59 0 © © 1 B As 8 © a .. s i. �, N iot o �� ,�� — — — Bakers — — 0 co \ 1■ ' STA 1'9+30 gr l■-- 1- TOWNE & COUNTRY SUITES — 1=— ( INTERURBAN WAREHOUSE 114800 ( 81 41' (UNDER DEVELOPMENT) I u) 1 0 5 10 20 40 60 SCALE IN FEET 09 133HS 00+4£ VIS 3NIl HO1VV1 SIGN SCHEDULE CHANNELIZATION LEGEND GENERAL NOTES REMARKS RELOCATE TO NEW POST RELOCATE RELOCATE 1- 8 E M R ald NEW - FOR NORTHBOUND TRAFFIC -] NEW - FOR SOUTHBOUND TRAFFIC 0on� W N 1. M tN'iD M x x x X X N N t0 N N Z G t— m °35 MPH' 'STOP7STREET SIGN m 2 CO Z FEND' SUPPLEMENTAL PLAQUE (INSTALL ABOVE R3-9b) R3-9b TWO-WAY LEFT TURN ONLY 0M -3L TYPE 3 OBJECT MARKER 'BEGIN' SUPPLEMENTAL PLAQUE (INSTALL ABOVE R3-9b) R3-9b 1WO -WAY LEFT TURN ONLY 1Z W 0 2 ia,1 ¢Z E 2 Z M J ... M425 . rt. :� ln26; �� z z tc0 tan CC g A++++ i 5 S} ;-- M MMM Eft tft1:, M M M �n{y. � M A� �S M p N 0 co PLASTIC STOP UNE, 24' WADE, PER COT STD PLAN RS -19. PLASTIC CROSSWALK UNE, PER COT STD PLAN RS -19. cm YELLOW EDGE LINE, PER WSDOT STD PLAN M- 20.10 -02. g 0 Na � ?d e - N EA tal 5 u- 8 0cn= a. a. LA y 0 gR N1- [2 ciii CO 1TNN LOCATED AROUND MEDIANS, SEE MEDIAN TYPICAL CONSTRUCTION NOTES DECORATIVE STAMPED ASPHALT THIS AREA. TOPSOIL TYPE A LAWN, INSTALL 2" TOPSOIL TYPE A, TYP. 133HS SIH1 00+172 VIS 3N11 HaLVIN D 90 0 t/ 6171 Nfl HaLV z NJ0 5 6 cc w Lt.1 0 r-- co r-- 4r. 2 P 0 a L.:11 98 133HS 00+6Z VlS 3Nfl HD1VIN 133HS S 141 00 .1,C VlS 3Nfl HO a 0 LIJ 2 min1MVP autJh ,v,4041, . amhOgl: ul 0 0 P 0 0 0 a. a. 0 0 IRRIGATION LEGEND ci z d 8 m csi $ 1806- SAM -PRS 1806 -SAM -PRS 1806 - SAM -PRS AUTOMATIC CONTROL VALVE MANUFACTURER RAINBIRD BUBBLER SERIES 8 N n ce Fa a c. RAINBIRD 8 SERIES MPR RAINBIRD STRIP SERIES SYMBOL A 6 if 4 4 41 Nn HOIVN HO-- --j 0 0=! U. .7 co k- m Lu 0 w 0 1— Z ul 0 cz er ci) w - w "I Z LU U) X Z cn 0 w P- o) g ec t IRRIGATION PLAN 29 +00 TO STA 39 +00 Ct 0 ot 3 CD c1.4 z 1) S ETS *WATER* SEWER *B UILD £6 133NS 00+6Z V 133HS SIRL 00+b£ VIS 3NI1 Hain CITY OF TUKWILA CONTRACT CHANGE ORDER NO. OZ Sheet 1 of 2 DATE: 10 -21 -14 BUDGET NO.: 104.98.595.800.65.00 PROJECT NO.: 903310402 CONTRACT NO.: 14 -067 C PROJECT NAME: Interurban Avenue S. TO: Walsh Pacific You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Revisions to Storm Drainage(SD) System, pipe runs and catch basins (CB's) as indicated below: 1. Pipe run from CB 140 to Existing CB (Sta. 44 +80 RT) — Change 12" SD pipe to shallower 12" SD DI (ductile iron) pipe. Resultant reductions to structure excavation, shoring and backfill and invert at elevations CB140. 2. Pipe run CB 59 to CB 208 (Sta.33 +63RT) — Change 6" SD to larger 8" SD pipe. 3. CB #s 21 ,55,60,68,69,78,144,191,202,203 (Types 1 and 1L) — Change to Type 2 -48" CB. 4. Modified invert at CB 49 and other minor drainage note corrections. The reason the City wishes to undertake design revisions to storm drainage system on the contracted roadway improvements is to account for adjustments made late in the design to avoid conflicts with existing utilities. Those existing utility clearances require catch basins deeper than 4 feet be increased from Type 1 to Type 2 and shallow pipe runs to be constructed of ductile iron pipe. Revised drawings that detail the changes and an itemization of bid item revisions that quantify the changes are attached. The net result of this change is an increase in contract value of $18,975.73 to Walsh Pacific. All work shall be done at unit contract prices unless otherwise indicated by this change order. Sheet 2 of 2 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this change order is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. This change represents a fair, equitable and complete compensation. ACCEPTED: Date f ° / i 4 //4 Contractor: Walsh Pacific By obi -'6e- 1> A-4E;7Ist v"" Title FM Original Contract (without tax) $ 7,496,650.20 ✓ APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 0.00 i Date This Change Order (without tax) $ 18,975.73 I By yor REV. CONTRACT AMOUNT $ $ 7,515,625.93 ✓ City Engineer Additional Calendar Days due to this change: 0 (zero) calendar days added .7 RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance) Construction Inspector Construction Engineer PW project file: CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS Interurban Avenue S, S 143rd Street to Fort Dent Way City Project No. 03 -RW02, Federal Aid No. STPUL -1045 (007), TIB Proj. No. 8 -1- 116(010) -1, State Constr. Contr. No. TA -2507 CHANGE ORDER #XX - SD SYSTEM REVISIONS •PG SEATTLE • TACOMA 8/1/2014 Walsh Construction Reasons for change (see below) Bid Item Section Item Quantity Unit No. No. Unit Price Total Cost SCHEDULE A- ROADWAY IMPROVEMENTS STORM DRAINAGE 66 2 -09 Structure Excavation Class B Inc!: Haul -10 CY $ 21.50 $ (215.00) 1) 67 2 -09 Shoring or Extra Excavation Cl. B -76 SF $ 1.34 $ (101':84) 1) 68 2 -09 Gravel Backfill Incl. Haul for Storm Trench -18 . TN $ 12.83 $ (230.94) 1) 76 7 -04 Ductile Iron Storm Sewer Pipe 12 In. Diam. 55 LF $ 85.58 $ 4,706.90 1) 78 • 7 -04 Solid Wall PVC Storm Sewer Pipe 6 In. Diam. -23 LF $ 27.36 $ (629.28) 2) 79 7 -04 Solid Wall PVC Storm Sewer Pipe 8 In. Diam. 23 LF $ • 28.31 $ 651.13 2) 80 7 -04 Solid Wall PVC Storm Sewer Pipe 12 In. Diam. -58 LF $ 54.28 $ (3,148.24) 1) 87 7 -05 Catch Basin Type 1 -6 EA $ 1,936.78 $ (11,620.68) 3) 88 7 -05 Catch Basin Type 1L -4 EA $ 2,185.43 $ (8,741.72) 3) 89 7 -05 Catch Basin Type 2 48 In. Diam. • 10 EA $ 3,830.54 $ 38,305.40 3) Total Sch A $ 18,975.73 1) Pipe Run CB 140 to Exist CB (STA 44 +80 RT): 12 "SD changed to shallower 12" SD -DI. 2) Pipe Run CB 59 to CB 208 (STA 33 +63 RT): 6" SD changed to 8" SD. 3) CB ##'S 21, 55, 60, 68, 69, 78, 144, 191, 202, & 203 (Types 1 & 1 L) changed to TYPE 2 -48 ". 1 of 1 81e U) O 0 Jet 0 v PC R=1939.50' PT: BEGIN TRANSITION UNIT STA 14 +98.81 FRONT EDGE: 29.50' LT FRONT EDGE: 29.50' LT �- _ BEGIN EDGE: ]10ZLUN(T - -" FRONT EDGE: 29.31' LT ® P nor , vP rrr!vivi 0111101.........,_.,„ iilemn / /.v /•v -- ..may- / //� S'-- °5::555►. = -- PC R= 1039.00' END TRANSITION UNIT STA 15 +55.4± FRONT EDGE: 29.00' LT 0 0 • - -- PT: END PRECAST CONTAINMENT WALL S A 16+50111- FRONT EDGE: 29.00' LT / 6 7) 1.J �'°0° •]. ' c '�' --� �[ ^v2 Y Z T �S-L Y 0 GENERAL CONSTRUCTION NOTES 1. SEE SHEET 20. DRAINAGE NOTES QX SEE PROFILE, SHEET 23. • FILTERRA UNIT, SEE DETAIL SHEET 7. EDGE OF WATER ON JAN, 10, 2005 POINT TABLE •..x'r DESC STATION OFFSET RADIUS NOTES 6 PC 14-4-98.85 20.00' LT 1030.00' EDGE OF ROADWAY /EDGE OF WALKWAY UNDER REMOVABLE BARRIER 7 PC 14 +61.95 29.00' RT 981.00' BACK OF CURB/EDGE OF PERMANENT BARRIER SECTION 8 PCC 18 +35.92 29.00' RT 749.50' BACK OF CURB/EDGE OF PERMANENT BARRIER SECTION 8A PT 18 +65.00 29.13 RT BACK OF CURB/EDGE OF PERMANENT BARRIER SECTION (END) CALL 2 DAYS BEFORE YOU DIG 1- 800 - 424 - 5555`` ORDINARY HIGH WATER LINE ON JATI. 10, 2005 0 0 0 5 10 20 40 60 SCALE IN FEET CONSTRUCTION NOTES Q CONSTRUCT SOLDIER PILE RETAINING WALL PER WALL PLANS AND DETAILS, SHEL■S S1 -S9. © FURNISH AND INSTALL PRECAST CONTAINMENT WALL PER WALL PLANS AND DETAILS, SHEETS S1 -S9. 0 CONSTRUCT PERMANENT BARRIER PER WALL PLANS AND DETAILS, SHEETS S1 -S9. CONFIRM LIMITS OF REMOVABLE BARRIER WITH ENGINEER PRIOR TO CONSTRUCTION OF PERMANENT BARRIER. 10 FURNISH AND INSTALL HAND RAIL PER DETAIL, SHEET 6. 15 ADJUST FIBER OPTIC MANHOLE /VAULT TO GRADE. COORDINATE WITH UTILITY. 18 CONSTRUCT SIDEWALK UNDERDRAIN PER DETAIL, SHEET 8. 19 REPLACE SEWER MANHOLE RING AND COVER PER COT STD DWG SS -11 AND ADJUST TO GRADE. © ADJUST POWER VAULT TO GRADE BY OTHERS. COORDINATE WITH PSE. © ADJUST MONUMENT CASE AND COVER TO GRADE. 30 WIDEN ROADWAY. SEE ROAD WIDENING SECTION, SHEET 4. 31 FURNISH AND INSTALL SOUTH PRECAST CONTAINMENT WALL TRANSITION UNIT, BEGIN, STA 14+74 LT, AND NORTH PRECAST CONTAINMENT WALL TRANSITION UNIT, BEGIN STA 15 +50 LT, PER WALL PLANS AND DETAILS, SHEETS S1 -S9. © FURNISH AND INSTALL REMOVABLE BARRIER, STA 14 +79 LT TO STA 15 +50 LT, PER DETAILS, SHEET S7. ® FURNISH AND INSTALL CLEANOUT PER COT STD PLAN SS -03. ® CONSTRUCT DRAINAGE DITCH WITH UNDERDRAIN, PER DETAIL SHEET 8 WATER NOTES FURNISH AND INSTALL 12" CLASS 52 DUCTILE IRON WATER PIPE AND FITTINGS AS SHOWN. GENERAL WATER NOTES O Y, Q A ADDED NOTE 15 TO F10 \VAULT AT STA 14+13 LT AND STATION AND OFFSET CALLOUT TO NORTH END OF PERMANENT BARRIER. INTERURBAN ALIGNMENT DATA STA 10 +00.00 TO STA 14+61.95 N 59'30'30' W 461.95' CURVE C1 DATA PC 14+61.95 PT 21 +33.86 A 38'07'00" L 671.91' R 1010.00' T 348.92' 1. WATER MAIN SHALL MAINTAIN A MINIMUM COVER OF 36 INCHES AND MAXIMUM COVER OF 60" FROM THE TOP OF THE MAIN TO FINISHED GRADE, UNLESS OTHERWISE SPECIFIED OR APPROVED BY THE ENGINEER. 2. PROVIDE 48 HOUR NOTICE PRIOR TO WATERMAIN SHUT -OFFS. SHUT -OFFS SHALL BE CONTROLLED BY CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS TO MINIMIZE DISRUPTION OF SERVICE. VALVES ARE OPERATED BY AUTHORIZED CITY STAFF ONLY. 3. PROVIDE 48 HOUR NOTICE AND COORDINATE WITH PROJECT ENGINEER AND CITY PRIOR TO METER CHANGEOVER. THE CONTRACTOR IS TO INSTALL METER SETTERS, BOXES AND WATER METERS. ALL EXISTING METERS SHALL BE RETURNED TO THE CITY. 4. WATER MAIN CONSTRUCTION SHALL CONFORM TO THE CITY OF TUKWILA DESIGN AND CONSTRUCTION STANDARDS, WATER SUPPLY DETAILS. 5. FOR WATER LINE TRENCHING, BEDDING AND BACKFILL, SEE TRENCH DETAILS, SHEET 7. 6. ALL MECHANICAL JOINTS, PIPES AND FITTINGS ARE TO BE RESTRAINED WITH A WEDGE -TYPE MECHANICAL JOINT RESTRAINT SYSTEM OR STAINLESS STEEL LOCKING SEGMENTS VULCANIZED IN THE GASKETS OR APPROVED EQUAL 3/14 ADDENDUM #1 FEDERAL AID PROJECT NO: STPUL -1045 /007 &TIB PROJECT NO: 8-1-116(010)-1 INTERURBAN A V E N S 753 90) Avenue N SaaI11e,WA99109 (206)2g.com0 wr�w,kpg.com 1117 Broadway Soile501 (253)62WA90a02 (2531627.0720 by date 12)E-T_13 1. J c 7 IPT � _ _ NON l Lam_ 4S +_ *ENGINEERING *STREETS *WATER* S EWER *B UILDIN G * 0 i►1;� - , , cv ° � + � 1908 22 �1 / 2\ 1/16/14 C0 #1 -SP WALL & BARRIER designed NA 2/14 BID DOCUMENT REVSNS & CONTNMT WALL NOTE drawn NA 2/14 107 RtvlmuNa checked NJD 2/14 ROADWAY PLAN STA 14 +00 TO STA 19 +00 no 0436PLNm.dwg 1/30/14 CO #2 -SD SYSTEM REVISIONS pro)eng NJD 2/14 kale N/A prof dl! date 02/2014 no date revisions field bkno +8% +4% 0% –4% STA. 1.4-11 64 BEGI TRA)ISITION RT –8% &TA•15 +25:23 ' BEGIN. RILL •SUPER – &5%.RT .6.5%-RT 6.5%. RT 14 GENERAL DRAINAGE PROFILE NOTES 1. CATCH BASIN OFFSETS ARE TO CENTER OF STRUCTURE 2. PIPE INVERTS ARE SPECIFIED TO THE PROJECTED CENTER OF STRUCTURE 3. CATCH BASINS SHALL HAVE VANED GRATES UNLESS OTHERWISE NOTED. 4. CONFIRM INVERTS OF STORM DRAIN AT EXISTING STRUCTURES PRIOR TO LAYING PIPE. NOTIFY ENGINEER OF ANY DIFFERENCES. 5. THE LOCATIONS OF EXISTING UNDERGROUND U11U1IES ARE APPROXIMATE 1HE CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING THE EXACT LOCATION. 6. WHEN THE VERTICAL CLEARANCE BETWEEN UTILITIES 15 LESS THAN 6" (MIN), PROVIDE AN OD x OD x 2.5' POLYETHYLENE PLASTIC FOAM PAD BETWEEN UTILITIES, WHERE OD IS THE OUTSIDE DIAMETER OF THE LARGER PIPE 70 60 50 40 30 20 10 15 EXISTING GRUDN AT C9NSTHLiG110 .. PROPOSED .GROUND AT° CONSTRUCTION. STA 16 +56.31 31.83' LT 50 IE 38.45 (18 "NW) INSTALL FLARED END SECTION W/ TRASH GUARD 40 16 17 INTERURBAN AVE S SUPERELEVATION DIAGRAM 23 LF 18" SD –DI S =9.40% •11'X10'•W00D•DUCT P –WATER 12" EX. 'SIP 'F /0" BUN J EX. POWER RUNNING «P 23 20 10 0 – PVC Alla TO .18 "..D. DEE' PROPOSED•GROUND G PIPE-— "STA 16 +71.44, 41.32' RT' IE °27.30 °(18"W) 50 40 30 INSTAtrGABION "BASKET `�..00TAIl:PR01ECTION PER `OEtAILTHis''''' 20 t �.! ALONG PI .EXISS.E! SS CB TYPE 1L STA 16 +78.39, 30.25' LT' RIM 39.67 IE IN 36.30 (18 "SE) IE OUT 33.55 (18'NE) 1 OUND Pt 10 0 0+00 w w 1 +00 1 +50 18 SOLDIER PILE WALL CONCRETE LAGGING +8% +4% 0% –4% –8% 19 (5) 3° STAINLESS STEEL EXPANSION BOLTS AT 6" 0.0., TYPICAL INTO CONCRETE LAGGING 18' STORM DRAIN PIPE, SEE PROFILE THIS SHEET. EXISTING GROUND 3'Hx3'Wx3L \ GABION BASKET STEEL PLATE FINISH GRADE WRAP GABION BASKET IN GEOTEXTILE FOR UNDERGROUND DRAINAGE. }'x3'x33' STEEL PLATE 3'H x 3'W x 3'L GABION BASKET INTERIOR FACE OF GABION BASKET GABION BASKET OUTFALL PROTECTION DETAIL NTS 70 CB TYPE 1 STA 14+25.00, 27.56' RT RIM 36.45 IE OUT 35.47 (12"NW) CB TYPE 1 STA 15+50.00, 27.50' RT 20 RIM 37.60 IE IN 34.24 (12 "SE) IE OUT 34.24 (12'NW) =01916 123 LF 12" SD S =1.00% 0 1 Ig IE IN 28.14 (12'SE) IE IN 30.80 (18 "SW) IE OUT 27.64 (18 "E) – PR0P.0SED..GROUND AT•CONSTRUCIION••g- CB TYPE 1 23 . STA 18+79.91, 27.79' RT RIM 33.51 IE IN 29.50 (6 "SE) FROM FILTERA F1 IE OUT 28.96 (12 "NW) SI 1 • EXISTING • ELEVATION AT CONSTRUCTION' ' ROPOSED ELEVATION AT C'ONS'tttOG110N M M M M M u, M N M M O'?, r r, K M 102.Ii ..12' SD .S741.24% 60 50 40 30 20 10 0 M 0 14+00 15 +00 16 +00 0 5 10 20 40 60 SCALE IN FEET 17 +00 18 +00 19+00 J 3 u *ENGINEERING *STREETS *WATER* SEWER *BUILDING * 753 91h Avenue N 2502 Jefferson Avenue 5e661e, WA 98109 Tama, 610 98402 (206) 286 -1640 (253) 627 -0720 mrt4pg.cam BID DOCUMENT FEDERAL AID PROJECT NO: STPUL- 1045/007 & TIB PROJECT NO: 8-1-116(010)-1 INTERURBAN AVENUE S ROADWAY PROFILE STA 14 +00 TO STA 19 +00 /30/1 • C0#2 –SD SYSTEM REVISIONS no dale revisions 23 107 file no 0436PRF.dwg scale AS SHOWN dale 02/2014 PT STA 29 +38.82, 37.51' LT PC R =17.0' STA 29,#23.56, 28.00' LT FOR S 149TH ROADWAY PROFILE, SEE SHEET 38. 4 -04 -2014 PAD FOR / TELE. PANEL) 81 CURVE DATA AT F.O.G. HORIZONTAL L 2' PC - 29 +20.66 FACE OF GU 16.50' LT ELEVATIONS: A = 63'50'35' BEGIN 23.87 R = 26.00' '/4A 23.93 L = 28.97' ' /2A 24.00 T = 16.20' 3'40 24.07 PT- 29+ .00 END 24.23 31.0 LT T = ST R3_CURVE, DATA AT EO.G. R2 CURVE DAJAALEO.G. HORIZONTAL VERTICAL PC- 29+84.22 FACE WOMB u11B ELEVATIONS: 53.98' LT AT10NS A = 116'08'39' BEN- 26:26- R = 26.00' %4A 25.07 1 = 52.70' 172A 24.11 T = 41.73' '4A 23.93 PT- 30 +07.55 END 23.87 18.50' LT ST R3_CURVE, DATA AT EO.G. HORIZONTAL 1 VERTICAL OCt= V@4+97.b7 --' FACE OF GUTIEF 37.50' RT ELEVATIONS: -A- 89'59'27= 1 BEGIN 23.27 R = 26.00' Y4A 23.33 L = 40.84' Y2A 23.40 T = 26.60' Y4A 23.46 PT- 29 +43.07 END 23.53- 63.50' RT R4 CURVE DATA AT F.O.G. HORIZONTAL VERTICAL PC - 29+69.07 FACE OF GUTTER 63.50' RT ELEVATIONS: A = 90'00'33' BEGIN 23.17 R = 26.00' %4A 22.90 L = 40.84' a%tA 22.74 T = 26.00' 3146 23.15 PT- 29 +95.07 END 23.56 37.50' RT FOR POINTS TABLE, SEE SHEET 31 GENERAL CONSTRUCTION NOTES 1. SEE SHEET 20. INTERURBAN ALIGNMENT DATA STA 21 +33.86 TO STA 45 +49.73 N 2123'30" W 2415.86' DRAINAGE NOTES DX SEE PROFILES, SHEET 29, 41 & 42. FILTERRA UNIT, SEE DETAIL SHEET 7. 0 DETENTION VAULT, SEE DETENTION VAULT DETAILS, SHT 58 -59. DETAIL 0 5 10 20 30 SCALE IN FEET PC STA 29 +21.07, 49.00' RT '+►'� PT R =14.5' STA 29 +35.57, 63.50' RT N w w UPDATED SCL POLE 7 GRADE TO DRAIN (- LOCATION OF 7/30/14 C) W 1 I i rrta STA 29+24.17 5.00'RT'_ STA 29 +56.06 °- 1188•852261 • ,W N 21'23'30° W -gym (abandoned) GRADE TO DRAIN UPDATED SCL POLE LOCATION AS OF 7/30/14 M V) PLE F.O. STA 29 +43.25 STA 0 +$9.7 IM BEGIN 12'Wx6°TH SIDEWALK. STA 30 +05.4 •c.�,r., ,1V TV I GRADE TO DRAIN END 12'Wx6 "1H SIDEWALK STA 31 +06.1 mivariguisa ` 6, 49.0.D' RT yq al D4-474--.. 53:71' RT -R�11 GRADE TO DRAIN TA'2 +5.a..... ".. ®v.,,o••"zcw ®Vc:• - " +f`j ®.i® ® --• ®..: • ..•�:• 10,rti3• `•..xs•PV•.: .• .:. 1 •..,c'.® 'svE*'.e+• =,°s4 1 ,•?'.,sa•gslt!11�«iIN MI • GRADE TO AIN P P P P n ^� S1D GRAVEL PIPE/ Me no 0436PLN01.dw0 scale N/A dale 02/2014 no date revisions PC R =18.5' STA 29 +76.57; 63.50' RT CONSTRUCTION NOTES 0 5 10 20 40 60 SCALE IN FEET L\(ADD #2) DELETED NOTE 26 0 MATCH EXISTING. 02 CONSTRUCT CEMENT CONCRETE DRIVEWAY APPROACH AND RECONSTRUCT DRIVEWAY PER DETAIL, SHEET 5. 30 GRIND BUTT JOINT PER DETAIL SHEET 5. 50 CONSTRUCT SIDEWALK TRANSITION RAMP PER DETAIL SHEET 5. © CONSTRUCT MEDIAN PER TYPICAL SECTION, SHEET 49, AND MEDIAN PLAN, SHEET 46. 11 CONSTRUCT CURB RAMP TYPE PARALLEL A PER WSDOT STD PLAN F- 40.12. USE RED BRICK PAVERS WITH DETECTABLE WARNING PATTERN AS SPECIFIED IN THE SPECIAL PROVISIONS. 13 ADJUST GAS VALVE TO GRADE. COORDINATE WITH PSE. 14 APPROXIMATE LOCATION OF NEW //RELOCATED POLE BY OTHERS. CONTRACTOR TO COORDINATE WITH SEATTLE CITY UGHT FOR SEQUENCING OF POLE RELOCATIONS. 15 ADJUST FIBER OPTIC MANHOLE /VAULT TO GRADE. COORDINATE WITH UTILITY. i6 ADJUST SEWER MANHOLE TO GRADE. 17 ADJUST WATER VALVE TO GRADE. 21 FURNISH AND INSTALL CEMENT CONCRETE EXTRUDED CURB TYPE 6 PER WSDOT STANDARD PLAN F- 10.42. © FURNISH AND INSTALL DUAL FACED SLOPED MOUNTABLE CURB PER WSDOT STANDARD PLAN F -10.64 AND PAINT CURB YELLOW. 203 CONSTRUCT ASPHALT RAMP PER DETAIL, SHEET 5. FEDERAL AID PROJECT NO: STPUL- 1045/007 &TIB PROJECT NO: 8.1.116(010) -1 INTERURBAN AVENUE S ROADWAY PLAN STA 29 +00 TO STA 34 +00 BID DOCUMENT NIE 753 9Ih Avenue N &allle, WA 98109 (206( 266 -1648 vAwdog.corn .r . 36 38 ADJUST MONUMENT CASE AND COVER TO GRADE. WIDEN ROADWAY. SEE ROAD WIDENING SECTION, SHEET 4. RELOCATE GAS UNE BY OTHERS. COORDINATE WITH PSE. CONSTRUCT CEMENT CONCRETE DRIVEWAY APPROACH PER DETAIL SHEET 5. CONSTRUCT TYPE SINGLE DIRECTION B CURB RAMP PER WSDOT STD PLAN F- 40.16. USE RED BRICK PAVERS WITH DETECTABLE WARNING PATTERN AS SPECIFIED IN THE SPECIAL PROVISIONS. 39 CONSTRUCT COMBINATION CURB RAMP PER MODIFIED WSDOT STD PLAN F -40.14 IN APPENDIX A. USE RED BRICK PAVERS WITH DETECTABLE WARNING PATTERN AS SPECIFIED IN THE SPECIAL PROVISIONS. 40 CONSTRUCT AT DETAIL SHEET 5, AND RECONSTRUCT ASPHALT DRIIVAYPECTO SHEET 5. 41 CONSTRUCT CURB BUMP -OUT PER DETAIL SHEET 6. ® INSTALL CEMENT CONCRETE WHEEL STOP PER DETAIL, SHEET 6. 43 CONSTRUCT TYPE SINGLE DIRECTION A CURB RAMP PER WSDOT STD PLAN F- 40.16. USE RED BRICK PAVERS WITH DETECTABLE WARNING PATTERN AS SPECIFIED IN THE SPECIAL PROVISIONS. 0 CONSTRUCT CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT F- 10.12. 45 INSTALL DETECTABLE WARNING SURFACE PER WSDOT F- 45.10. ® INSTALL DECORATIVE STAMPED ASPHALT THIS AREA. 49 CONSTRUCT CEMENT CONCRETE VERTICAL CURB PER WSDOT STD PLAN F- 10.42. 1117 Bmadwa/ Suite 501 Tacoma, )V490402 (253( 627 -0720 designed drawn checked prat eng prof dir field bk no by NA NA NJD NJD dale 2/14 2/14 2/14 2/14 TOWNIE & COUNTRY SUITES 14800 i s 4 WATER NOTES (SEE SHEET 22 FOR GENERAL WATER NOTES) FURNISH AND INSTALL 12° CLASS 52 DUCTILE IRON WATER PIPE AND FITTINGS AS SHOWN. 11 6 FURNISH AND INSTALL 6" CLASS 52 DUCTILE IRON WATER PIPE AND FITTINGS AS SHOWN. CONNECT TO EXISTING 6" DI WATER UNE. CONTRACTOR TO VERIFY LOCATION AND DEPTH. STA 100 +77, 9.8' LT 1 -22.5' BEND, MJ 1 -6" DI x 6" DI COUPUNG FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY PER COT STD DWG WS -13. REMOVE EXISTING HYDRANT. RETURN EXISTING FIRE HYDRANT TO CITY SHOP. STA 29 +21, 31.0' LT STA 30 +04, 53.0' RT STA 33 +16, 20.0' LT STA 29 +67, 8.5' LT 1 -12" x 12" x 6" TEE, FL 2 -12° GATE VALVES, FLxMJ 1 -6' GATE VALVE, FLxMJ 8 9 19 FURNISH AND INSTALL 6" CLASS 52 DUCTILE IRON WATER PIPE AND FITTINGS AS SHOWN. STA 29 +97, 8.5' LT 1 -12" x 12" x 10" TEE, FL 2 -12" GATE VALVES, FLxMJ 1 -10" GATE VALVE, FLxMJ 1 -10" 01 x CAST IRON DI COUPLING FURNISH AND INSTALL 10° CLASS 52 DUCTILE IRON WATER PIPE AND FITTINGS AS SHOWN. CONNECT TO EXISTING 10" CAST IRON WATERUNE. CONTRACTOR TO VERIFY LOCATION AND DEPTH. STA 33 +13, 8.6' LT 12" GATE VALVE, MJxFL REMOVE EXISTING HYDRANT SPOOL FROM VALVE AND CONNECT DIRECTLY TO VALVE WITH BENDS AND NEW HYDRANT ASSEMBLY. 2 -45' BENDS, FL CALL 2 DAYS ., BEFORE YOU DIG I` 1- 800 - 424 - 5555 LT 11(~ J J I 1I 11 *ENGINEERING *STREETS *WATER* SEWER *BUILDING * +8% +4% 0% STA 2b -5b:bb BEGIN 11ANSI31tN LY - 4% -2% LT STA. 30 +00.00 END •TRANSIT1ON .LT 3% -LT 3%.1. -3 %• LT - 8% 3% RT +3 %•R s3% .RT 3 %• RT 29 30 GENERAL DRAINAGE PROFILE NOTES 1. CATCH BASIN OFFSETS ARE TO CENTER OF STRUCTURE 2. PIPE INVERTS ARE SPECIFIED TO THE PROJECTED CENTER OF STRUCTURE 3. CATCH BASINS SHALL HAVE VANED GRATES UNLESS OTHERWISE NOTED. 4. CONFIRM INVERTS OF STORM DRAIN AT EXISTING STRUCTURES PRIOR TO LAYING PIPE. NOTIFY ENGINEER OF ANY DIFFERENCES. 5. THE LOCATIONS OF EXISTING UNDERGROUND U11U1IES ARE APPROXIMATE THE CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING THE EXACT LOCATION. 6. WHEN THE VERTICAL CLEARANCE BETWEEN U11U1IES IS LESS THAN 6' (MIN), PROVIDE AN 01) x 00 x 2.5' POLYETHYLENE PLASTIC FOAM PAD BETWEEN U11U11ES, WHERE OD IS THE OUTSIDE DIAMETER OF THE LARGER PIPE. 7. FOR ADDITIONAL STORM DRAIN PROFILES, SEE SHEETS 41-42. 60 50 40 30 20 10 50 40 15 1 "S A 30 31 32 INTERURBAN AVE S SUPERELEVATION DIAGRAM CBE 2 -48° STA 1 +(11 , 17.45' LT RIM 23.87 I IE IN 19.78 (12'N) IE IN 20.28 (12'W) IE IN 19.78 (18'S) IE OUT 17.31 (18'E) -EX. 11 ' 10' WOOD DUCT 50 50 40 40 5. F.127 ..SQ..S =0.73% FINISHED-GROUN :ONG- PIPE-t STA 31 +04.18, 32.06' LT IE 22.90 (12 °E) INSTALL FLARED END" SECTION WITH TRASH GUARD 10 IS SEE SHEET 41 0 FOR) CONTINUATIO 1 �f 105S1IN9'GROUN1Y I \ AI4NG•'PIPE' ,...... l& 17:20 CONNECT TO.DE'IENTION SEE' DETAILS,-ENT 58-5 I I` EX es PROPOSED GROUND" AT'CONSTRUCT10W TP F 0 BUNDLE OCAIED-BrOTHENS CB TYPE 1 STA 31 +99.88, 37.20' RT RIM 23.10 IE IN 18.75 (12'5) IE OUT 18.75 (12'10 50 40 20 1 15.1E. 2' SD 1 52.00 al 0 50 40 33 16 LF 18° SD S RIM 23.82 IE IN 19.77 (12 °N) IE IN 20.77 (12 °SW) IE OUT 18.54 (12'E) -_ 50 FINISHED.. GROUND ALONG•PIPE -4 CONCRETE INLET -STA 33+63.69, 60.28' RT 0 RIM 22.13 IE OUT 19.39 (8 °W) r)(10-1/1000 DUCT 2' SD EXISTING- GROUND ALONG-PIPE--C 20 STA 33+55.79 32.11' LT IE 23.60 (12'NE) INSTALL FLARED END SECTION WITH TRASH GUARD J 0 23•LF 8 "..S S =1,00% - -1--STA TYPE 1 STA 33+63.49, 37.56' RT- RIM 23.52 IE IN 19.16 (8'E) IE OUT 18.16 (18'10 30 20 10 CB TYPE 2 -60' STA 31 +04.34, 22.00' RT W/ ROUND SOUD COVER RIM 24.04 IE IN 18.73 (18's) IE IN 17.16 (18 "W) IE IN 17.16 (12'E) IE OUT 17.16 (30'N) CB TYPE 2 -60' STA 33+63.49, 22.00' RT W/ ROUND SOLID COVER RIM 23.99 IE IN 16.59 (30'S)' IE IN 18.35 (12 °W)' IE IN 18.00 (18'E) IE OUT 16.59 (30 °N) 0 EX. SIP I- /u U'W0L-L TO BE RELOCATED BY OTHERS M co 96 LF 30' SD S =022% F os- m (tN ad CB TYPE 2 -48" STA 29 +14.87, 21.99' RT 0 W/ ROUND SOLID COVER RIM 23.74 IE IN 19.14 (18'S) IE OUT 19.14 (18'N)- CV I- EXISTING ELEVATION AT CONSTRUCTION t, N -10 PROPOSED - ELEVATION 29 +00 AT CONSTRUCTION c. il8 s E1� .. jLi Ira N o 81P N EXIST' TB -SD CA N N CB TYPE 2- STA 31 +99.86, 22.02' RT'� W/ ROUND SOLID METAL COVER RIM 23.56 IE IN 16.95 (30'S) IE IN 18.45 (12'E) IE OUT 16.95 (30'N) 60 50 40 30 20 10 0 0 01± N sf N Q1 N M N 01 30 +00 31 +00 32 +00 0 10 20 40 60 SCALE IN FEET 33+00 -10 34+00 F * ENGINEERING *STREETS *WATER* SEWER *BUILDING * desiened drawn checked prof eno prof dir field bk no by date 2/14 2/14 2/14 2/14 SOD SOD NJD NJD 753 9th Avenue N Seale, WA 96109 (206) 296 -1640 www.trpg.cam 2502 Jefferson Avenue Tacoma, WA 98402 (253) 627 -0720 BID DOCUMENT FEDERAL AID PROJECT NO: STPUL - 1045/007 &TIB PROJECT NO: 8-1-116(010)- INTERURBAN AVENUE S ROADWAY PROFILE STA 29 +00 TO STA 34 +00 A /30/1.0072 -50 SYSTEM REVISIONS no date revisions / 29 107 , file no 0436PRF.dwg scale AS SHOWN date 02/2014 M VY O® il 0 At 21. 4; AC 60 ------ ----_. SD 'INTERURBAN AVE S ®O ®O 0 D A Y/ i'tz Ni/R O TEAMSTERS BUILDING, 14675 j ® �� es?3;�iry P warm IR M MVMrlAIII�aI MI D 17 r e LNq.0. - 1 - D1OB SD PO4 R PANEL D PLANTER O FLAL )LE m PI,ANIER L STA 35 +85.79 PLANTER 14 Q!W 6P',�� STA 37+91.6 rni - P GRA DR' L SC Ta STA 35 +50.30, 49(00' RT / TOV 112/11(6 TRY SUITES \ SC 0O STA 35 +65:30, 64.00' RT GENERAL CONSTRUCTION NOTES 1. SEE SHEET 20. DRAINAGE NOTES SEE PROFILES, SHEET 31 & 42. CALL 2 DAYS BEFORE YOU DIG 1- 800 - 424 -5555 30 107 Me 00 0430PLN01.dwg Scale N/A dale 02/2014 /30/14 C0#2 -SD SYSTEM REVISIONS 0 date revisions R =15' .4 F1 ir CONSTRUCTION NOTES V/ FOR S 147TH ROADWAY PROFILE, SEE SHEET 38. u) x u) .��-- .��.,5 „ SD �� r Sni ���H c .30: o ® 0 ;6; 0 SI m 2; 0H OH PT STA 36 +26.08, 61.00' RT OH R =18.5' PC STA 36 +07.60, 79.58' RT 0 5 10 20 40 60 SCALE IN FEET 0 MATCH EXISTING. 02 CONSTRUCT CEMENT CONCRETE DRIVEWAY APPROACH AND RECONSTRUCT DRIVEWAY PER DETAIL, SHEET 5. GRIND BUTT JOINT PER DETAIL, SHEET 5. CONSTRUCT BUS STOP PAD PER DETAIL SHEET 6. CONSTRUCT MEDIAN PER TYPCIAL SECTION, SHEET 4, AND MEDIAN PLAN, SHEETS 46 -47. ii CONSTRUCT CURB RAMP TYPE PARALLEL A PER WSDOT STD PLAN F- 40.12. USE RED BRICK PAVERS WITH DETECTABLE WARNING PATTERN AS SPECIFIED IN THE SPECIAL PROVISIONS. 12 ADJUST CATCH BASIN TO GRADE. 13 ADJUST GAS VALVE TO GRADE. COORDINATE WITH PSE. 14 APPROXIMATE LOCATION OF NEW/RELOCATED POLE BY OTHERS. CONTRACTOR TO COORDINATE WITH SEATTLE CITY UGHT FOR SEQUENCING OF POLE RELOCATIONS. 15 ADJUST FIBER OPTIC MANHOLE /VAULT TO GRADE. COORDINATE W1TH U11UTY. 16 ADJUST SEWER MANHOLE TO GRADE 12D ADJUST CATCH BASIN TO GRADE AND REPLACE LID WITH SOLID COVER 21 FURNISH AND INSTALL 2 -15 LENGTHS OF CEMENT CONCRETE EXTRUDED CURB TYPE 6, PER WSDOT STD PLAN F- 10.42. @ CONSTRUCT ASPHALT RAMP PER DETAIL, SHEET 5. © ADJUST MONUMENT CASE AND COVER TO GRADE. ® CONSTRUCT B31 BUS SHELTER FOOTING PER METRO TRANSIT STD DWGS D102 AND D103, AND ADD GROUND WIRE TO FOOTING. STA 34 +52.5, 33.7' LT, BEGIN 9'0 "L X 6'4 "W FOOTING STA 36 +67.6, 59.2' LT, BEGIN 9'01 X 4'4 "W FOOTING ©9 REPLACE CEMENT CONCRETE PATH TO MATCH EXISTING. SEE CEMENT CONCRETE PATH DETAIL, SHEET 6. 30 'WIDEN ROADWAY. SEE ROAD WIDENING SECTION, SHEET 4. Q CONSTRUCT CEMENT CONCRETE DRIVEWAY APPROACH PER DETAIL, SHEET 5. INSTALL DECORATIVE STAMPED ASPHALT THIS AREA. FEDERAL AID PROJECT NO: STPUL -1045 /007 &TIB PROJECT NO:8.1. 116(010) -1 INTERURBAN AVENUE S ROADWAY PLAN STA 34 +00 TO STA 39 +00 OH OH INTERURBAN WAREHOUSE (UNDER DEVELOPMENT) WATER NOTES (SEE SHEET 22 FOR GENERAL WATER NOTES) 0 azi 0 6 9 nif FURNISH AND INSTALL 12° CLASS 52 DUCTILE IRON WATER PIPE AND FITTINGS AS SHOWN. CONNECT TO EXISTING 12" DI WATER UNE. CONTRACTOR TO VERIFY LOCATION AND DEPTH. STA 35 +53, 8.4' LT 12" GATE VALVE, MJ STA 38 +91, 8.5' LT 12" GATE VALVE, MJxFL STA 36 +47.1, 8.5' LT 1 -12" x 12" x 6" TEE, MJxMJxFL 1 -6" GATE VALVE, FLAMJ FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY PER COT STD DWG WS -13. REMOVE EXISTING HYDRANT (SEE SHEET 32). RETURN EXISTING FIRE HYDRANT TO CITY SHOP. STA 36 +9.0, 20.0' LT, STA 38 +94, 20' LT STA 36 +29, 8.5' LT 1 -12' x 12" x 12" TEE, FL 3 -12" GATE VALVES, FLxMJ 1 -12" DI x 12" DI COUPUNG FURNISH AND INSTALL 6" CLASS 52 DUCTILE IRON WATER PIPE AND FITTINGS AS SHOWN. CONNECT TO EXISTING 6° DI WATER UNE. CONTRACTOR TO VERIFY LOCATION AND DEPTH. FURNISH AND INSTALL 1 V' METER SETTER AND METER BOX FOR IRRIGATION, PER COT STD DETAILS WS -02 AND WS -03. FOR SERVICE UNE TO METER, SEE IRRIGATION PLANS & DETAILS, SHEETS 92 -98. COORDINATE WITH CITY FOR METER INSTALLATION. W 0 + 4n J U 135 CURVE DATA AT F.O.G. HORIZONTAL VERNCAL PC- 35+46.61 FACE OF Gil 37.50' RT ELEVATIONS: A = 8920'44' BEGIN 23.04 R = 26.00' Y4/I 22.88 L = 40.54' 22.73 T = 25.70' 49 22.57 PT- 35+72.80 END 22.45 63.20' RT R6 CURVE DATA AT F.O.G. HORIZONTAL VERNCAL PC- 36+00.10 FACE OF GUTRT 79.60' RT ELEVATIONS: A = 9011'07' BEGIN 23.30 R = 26.00' Y48 22.93 L = 40.92' a�tA 22.78 T = 26,08' x/46 22.63 PT- 36 +26.01 END 22.48 53.50' RT INTERURBAN ALIGNMENT DATA STA 21 +33.86 TO STA 45 +49.73 N 2123'30" W 2415.86' POINT TABLE DESC STATION 34+12.09 35+12.48 OFFSET 17.50' LT 23.50' LT 29.50' LT 29.50' LT 35 +82.54 34+13.04 34 +42.39 20.36' LT RADIUS 80' R 80' R 85' R 17.50' LT 28.00' LT 36.00' LT 36.00' LT 35 +68.02 38 +13.67 30 38 +10.21 BID DOCUMENT 753 916 Avenue N Seattle. WA 96109 (200) 286 -1640 wmv.lpg.ccm 1117 Amiga/ Suite 501 Tacoma, WA 98402 (253) 627 -0720 designed drawn checked prof eng ro dir field bkno by date NA 2/14 NA 2/14 NJD 2/14 NJD 2/14 'LT ! ,J ($ c -. S * ENGINEERING *S'TREETS *WATER *SEWER *BUILDING * 31.01' LT 28.00' LT 100 R 106.5' R 00' R 54.50' RT 46.50' RT 38.50' RT 61.00' RT 49.00' RT 100' R 100' R 106' R 100' R NOTES FACE OF CURB FACE OF CURB FACE OF CURB FACE OF CURB FACE OF CURB FACE OF CURB FACE OF CURB FACE OF CURB FACE OF CURB FACE OF CURB FACE OF CURB FACE OF CURB FACE OF CURB FACE OF CURB FACE OF CURB FACE OF CURB FACE OF CURB FACE OF CURB FACE OF CURB FACE OF CURB 0 4' 908 c=) -3% LT 3% LT 3x L' -3%. LT - , -3%•RT -3% 'RI -'306 RT 60 50 35 50 30 20 10 CB TYPE 1 STA 35+08.00, 37.50' RT13 RIM 23.05 IE IN 18.76 (12'S) IE IN 19.10 (6"NE) IE OUT 18.76 (12'W) 36 37 INTERURBAN AVE S SUPERELEVATION DIAGRAM 0. FINISHED..GRQUND... -ALONG-PIP-EA 30-LF-6" SD -S -1:00% EXISI..18 7..SD TO.BE..REMOVED 6-1 gi EXISTING.. GROUND ALONG PIPE.q CONCRETE INLET 1 E SHEET ' 42 STA 35+24.90, 62.78 RT OR 'CONTINUATION RIM 2219 IE OUT 19.40 (6 "SW) 50 40 30 20 10 cls 50 E)6ST CB TYPE 1 38 50 STA 36 +55.03, 26.86' LT 40 23.83 (12 "sw1 IE IN 19.60 (8 "NE) IE OUT 19.20 (12N) IE OUT 19.00 (12'E) 30 20 CB3 _48�> ,�, �,,........ STA 36 +55.06, 17.45' LT W/ ROUND SOLID COVER IE IN M218.80 (12 "N) IE IN 15.90 (36 "SE) IE IN 18.43 (12 "W) IE IN 16.20 (8 "SW) PLUG IE OUT 16.69 (12 "E) lE OUT 15.90 (36 "N) IE IN 15.90 (30'w) IE IN 19.90 (12'N) " T1 "Xl "'WDOLI.DUCT P YXA� T2 -SS EX. "STP'F/0 "BUNDLE' 40 30 9. tF..12..SD CONCRETE INLET STA 36 +74.54, 53.50 RT RIM 22.16 IE OUT 20.00 (12'S) EXISIING•GROUND ALONG-PIPE 30 A-;\.(33 TYPE 2 -60" VII STA 35+08.00, 22.00 RT c' W/ ROUND SOUD COVER RIM 23.52 IE IN 16.27 (3D'S) it IE IN 18.61 (12'E) ,c N IE OUT 16.27 (30N) 20 -0:50 0:50% CB TYPE 2 -60' .STA 36 +55.19, 22.00' RT. W/ ROUND SOLID COVER RIM 23.20 - IE IN 15.94 (30 "S) IE IN 16.30 (12'W) IE OUT 15.94 (30'E) -0:50X RIM 23.63 IE IN 17.54 (12 "N) 1E OUT 16.31 (18'E) GENERAL DRAINAGE PROFILE NOTES 1. CATCH BASIN OFFSETS ARE TO CENTER OF STRUCTURE 2. PIPE INVERTS ARE SPECIFIED TO THE PRO,ECIED CENTER OF S1RUCIURE 3. CATCH BASINS SHALL HAVE VANED GRATES UNLESS OTHERWISE NOTED. 4. CONFIRM INVERTS OF STORM DRAIN AT EXISTING STRUCTURES PRIOR TO LAYING PIPE. NOTIFY ENGINEER OF ANY DIFFERENCES, 5. THE LOCATIONS OF EXISTING UNDERGROUND UT1U11ES ARE APPROXIMATE THE CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING THE EXACT LOCA110N. 6. WHEN THE VER1ICAL CLEARANCE BETWEEN UTILITIES IS LESS 1HAN 6' (MIN), PROVIDE AN OD x 01) x 2.5' POLYETHYLENE PLASTIC FOAM PAD BETWEEN UTIUTIES, WHERE OD IS THE OUTSIDE DIAMETER OF THE LARGER PIPE. 7. FOR ADDITIONAL STORM DRAIN PROFILES, SEE SHEET 42. O II 0.50% s N N d PROPOS ®••GROUND AT•CONSIRUOTION •Q 0 10 145 LF 30' SD S =0.22% 147 LF 30' SD S =0.22% EX1$T1NG••GROUND 1 Ar(coNSTRUCT1oN1 -o.5o% 96 IF1.12" SD S =1.00% 0 •E3(IS11NG•ELEVATION 0 AT CONSTRUCTION' AT•CONSTRUC71ON° ,.••� o, N N N • -10 34+00 17 1v4 Id 1 42 R CONTINUATION C8 TYPE 1 STA 38+98.84, 16.50 LT RIM 23.16 IE IN 18.50 (12 °N) IE OUT 18.50 (12'S) 60 50 40 30 20 10 CO N N r< N N N c -10 35 +00 36 +00 37+00 0 10 20 40 60 SCALE IN FEET 38+00 39 +00 u } / c Rl S DTP 1 '- * ENGINEERING *STREETS *WATER* SEWER *BUILDING * by date desiened SOD 2/14 drawn in 2/14 checked NJD 2/14 ro en NJD 2/14 ,Io air b field k no 753 9@ Avenue N Seallle, WA 98109 (206) 286 -1640 xwe.%pg.cam 2502 Jefferson Avenue Tacoma, W498402 (253) 627 -0720 BID DOCUMENT FEDERAL AID PROJECT NO: STPUL- 1045/007 &TIB PROJECT NO: 8.1. 116(010) -1 INTERURBAN AVENUE S ROADWAY PROFILE STA 34 +00 TO STA 39 +00 30/1- CO#2 --SD SYSIEM REV1SIONS no date revisions 31 107 file no 0436PRF. wg scale AS SHOWN date 02/2014 1 7/30/14 W$2 —SD SYSTEM REVISIONS FEDERALAID PROJECT NO: STPUL•1045 /007 &TIB PROJECT NO: 8.1.116(010)•1 1 1 lJ V 1� — 753 91h Avenue N Sualtle,WA9a109 (2¢s)2es•lsao vmw.kpg.com i 117 Broadxay 3ui1e501 racoma,wASaa02 (253) 627 -0720 by dale r- L 1I 1 c ci tes ���'_ ENGINELKING* STRLETS�WATLK *SLWLK�ri3U1LD1NG* �J�Wi Lq v �s �o ~ 1906 32 desl aed NA 2114 BID DOCUMENT draw NA �1a 107 Checked NJD 2ha ROADWAY PLAN STA 39 +00 TO STA 44 +00 no 0436PLN01.dwg prOfeag ND 2/14 N/A r0 dr dale 02/2014 no date revisions fl¢Idbkn¢ +8% STA -40 +75:00 BEGIN •TRANSITION .LT. 16 11T SttA 41+i:Ob END'TRAN;iITION IT' &' R 3% LT -2X'LT -2X'LT 3+06,07 'TRANSIT10N'RT -2% 17 +4% 0% '-•3 %• R -2% RT -2% RT -2% R -4% -8% 60 50 40 30 20 10 0 50 40 30 40 EXIST C8 TYPE 1 20 EXISTI G..GRa11ND 1 ALO G•BI' ..�..� 1 1 S.D,..Z,SD.�b:5b %AIEnJ /{ STA 39 +75.41, 22.30' LT RIM 23.30 W/ SOLID METAL COVER IE IN 19.40 (15"SW) IE IN 19.40 (15 "S) IE OUT 19.30 (12"E) T1N TED' GROUND" A40N0 .P.IP.E...- .CB TYPE 1 STA 39 +75.42, 16.50 LT RIM 23.53 IE IN 19.27 (12"W)"•• - `IE OUT 19.27 (12 'S)- 10 0 50 40 30 20 10 0 wig 41 42 INTERURBAN AVE S SUPERELEVATION DIAGRAM 50 40 30 20 10 0 + EXIST CB TYPE 2 -48° L••• -•STA 41 +50.30, 43.32' LT RIM 25.30 IE IN 21.00 (12 "N) IE OUT 20.40 (24 "S) IE OUT 22.10 (18 °E) IE OUT 22.10 (181) 43 CB TYPE 2 -48° STA 41 +48.38, 37.52' RT 93 RIM 24.43 IE IN 18.82 (12 "S) IE IN 17.13 (18 "W) IE OUT 17.13 (18 "E) EXIST C8 TYPE 2 -60" STA 41 +47.72, 49.57' RT- RIM 24.23 IE IN 15.40 (36 °S) IE IN 15.90 ( PLUG IE OUT 15.30 (36 "N) 11 )10" WOOD DUCT IE IN 16.50 (18"W) 1R-12" FINISHED-0ROUND-•••• ALONG' PIPE g ��:;► 718 SD - / - iL4AS= 0.49�I KW' 60 / SD 1 1,l••.• (l SEE.SEEf..43 t IFOR..CONIINUA110j =1 X. SIP 'Fj0..8uNOIE • 50 40 30 20 ELISIING'GROUND ALONG PIP.F... CB TYPE 1 STA 40 +67.87, 16.50 LT RIM 24.36 IE OUT 20.12 (12 "N) D:5D% IE IN 19.50 12 S IE OUT 17.40 (18 "E) i 10 0 STA 43+23.19, HIM 26.50'• """I IE IN 22.93 (12 "N) IE OUT 19.95 (12 "E) O:BI% 44 GENERAL DRAINAGE PROFILE NOTES 1. CATCH BASIN OFFSETS ARE TO CENTER OF STRUCTURE 2. PIPE INVERTS ARE SPECIFIED TO THE PROJECTED CENTER OF STRUCTURE 3. CATCH BASINS SHALL HAVE VANED GRATES UNLESS OTHERWISE NOTED. 4. CONFIRM INVERTS OF STORM DRAIN AT DOSING STRUCTURES PRIOR TO LAYING PIPE. NOTIFY ENGINEER OF ANY DIFFERENCES. 5. THE LOCATIONS OF EXISTING UNDERGROUND UTIUIIES ARE APPROXIMATE THE CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING THE EXACT LOCATION. 6. WHEN THE VERTICAL CLEARANCE BETWEEN UTILITIES IS LESS THAN 6" (MIN), PROVIDE AN OD x OD x 25" POLYETHYLENE PLASTIC FOAM PAD BETWEEN UTILITIES, WHERE OD IS THE OUTSIDE DIAMETER OF THE LARGER PIPE. 7. FOR ADDITIONAL STORM DRAIN PROFILES, SEE SHEET 43. 77 IF 12" SD S =1.00% 82 LF 12' SD S =0.75% CO fl0STING•ELEVA110N AT CONSTRUCIION'ft- PROPOSED-ELEVATION 7- At C'ONS'G1UGYION"rk17! t0 N -10 39 +00 08 TYPE 1 STA 39 +75.42, 16.50' LT RIM 23.53 I IE IN 19.27 (12 °W) IE OUT 19.27 (12°S) EXISTING GROUND- AT•CONSIRUCTION•$ 0.49 07 LF 12" SD S =1.00% EXIST 8 SS CONNECT ,30 EXIST 18 SD CON NUA110N iS 60 50 40 30 20 10 N N it N N N 0 N N 10 N N O N N N M -10 40 +00 41 +00 42 +00 0 10 20 40 SCALE IN FEET 60 43+00 44 +00 IL F v ENGINEERING *STREETS *WATER* SEWER *BUILDING * by date designed SOD 2/14 drawn SOD 2/14 checked NJD 2/14 projeng NJD 2/14 prof dir field bk no /53 9Th Avenue N Seallle. WA 98109 1206) 286 -1640 wmv.kpg.eom 2502 Jefferson Avenue Tacoma, WA 98402 1253) 627 -0720 BID DOCUMENT FEDERAL AID PROJECT NO: STPUL- 1045/007 & TIB PROJECT NO: 8- 1- 116(010) -1 INTERURBAN AVENUE S ROADWAY PROFILE STA 39 +00 TO STA 44 +00 /30/1 • C0#2 -SD SYSTEM REVISIONS no daft revisions 33 107 file no 0436PRF.dwg scale AS SHOWN date 02/2014 +8% +8% +4% 0% -4% -8% BEGIN RILL SUPER +3%• R STA. 48 +1419 +3 %.TIT. END .FULL SUPER +4% 0% 98 44 40 45 30 EXISTING AT PIPE GROUND Q 30 -M 10 10 0 SEE PLAN SHEET 34 ! 1 \l "'�.'`�.' 0 60 BEGIN TRANSITION LT 3% 39F LT -2% LT -4% TA 48+51.69 SITION LT -8% 46 47 INTERURBAN AVE S SUPERELEVATION DIAGRAM CB TYPE 1 40 40 GROUND GROUND 20 30 20 4. 11 "X10" WOOD DUCT 40 48 49 CB TYPE 1 PROPOSED GROUN AT PIPE 1 30 EXISTING GROUND AT PIPE I. 20 40 STA 48 +12.99, 16.52' RT RIM 26.41 IE OUT 24.05 (12 "S STA 48+12.89, 29.66' LT IE 24.20 (1214E) INSTALL FLARED END SECTION WITH TRASH GUARD EX. STP •F /0••BUNDLE 33 LF 12' SD -DI S =3,Q2 STA 46 +80.31, 16.61 RT , \ ( 10 RIM 27.43 IE OUT 25.37 (12"SW) ............ L. P. NATER012" TO 1 1 EX. STP F/0 BUNDLE ' 1' 33 LF 12' SD -DI S =2.92% 0 50 �IU (n� 40 CB TYPE 1 STA 44+29 89, 16.50' LT' 80 RIM 25.78 IE OUT 24.00 (12 °S) an 30 N It N CB TYPE 1 STA 46 +80.33, 16.50' LT RIM 26.45.1 IE IN 24.40 (12 "NE) IE OUT 22.96 (12'NW) PROP -ZED GROUND AT-CONSTRUCTION-Q. Ed 0.49% 20 10 CV N EXISTING ELEVATION AT CONSTRUCTION'S 7 PROPOSED-ELEVATION AT'CONSTRUCTION" .•,� N -10 44+00 -0,55% 0 13-LF P -WATER 12° 20 12' SD S= 15.34% 10 "'EX. tfXib " "W006 "bUCT- 0 w w j F. GENERAL DRAINAGE PROFILE NOTES 1. CATCH BASIN OFFSETS ARE TO CENTER OF STRUCTURE 2. PIPE INVERTS ARE SPECIFIED TO THE PROJECTED CENTER OF STRUCTURE 3. CATCH BASINS SHALL HAVE VANED GRATES UNLESS OTHERWISE NOTED. 4. CONFIRM INVERTS OF STORM DRAIN AT EXISTING STRUCTURES PRIOR 10 LAYING PIPE. NOTIFY ENGINEER OF ANY DIFFERENCES. 5. THE LOCATIONS OF EXISTING UNDERGROUND UTIU1IES ARE APPROXIMATE THE CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING THE EXACT LOCATION. 6. WHEN THE VERTICAL CLEARANCE BETWEEN U11U11ES IS LESS THAN 6' (MIN), PROVIDE AN OD x OD x 2.5' POLYETHYLENE PLASTIC FOAM PAD BETWEEN UTIUTIES, WHERE OD IS THE OUTSIDE DIAMETER OF THE LARGER PIPE. 60 50 V V 0 u, a N Cr) tl Ed P °o II -0:98% 130 LF 12 SD S =0.60% t CB TYPE 1 STA 48 +12.92, 16.50' LT- RIM 25.44 IE IN 22.18 (12 "SE) IE IN 23.05 (12'NE) IE IN 22.18 (12 "SW) IE OUT 22.18 (12'NW) M1 40 114 0.52% -0.16% 'EX1SIING''GROLND 136 IF 12' St) S=0.50% Arcos'f'ROC-EON Pt FIRE-HYDRANT SUPPLY 30 20 10 0 N N N R N N n CD N N rn ri C4 N N 07 n N N N C4 N N m R wi N 45 +00 46 +00 47 +00 48 +00 0 10 20 40 60 SCALE IN Fttl T <.A.t i- i *ENGINEERING *STREETS *WATER* SEWER *BUILDING * 753 91h Avenue N Seallla, WA 98109 (206) 286 -1640 wvrrckp0.com 2502 Jefferson Avenue Tacoma, WA 98402 (253) 627 -0720 BID DOCUMENT FEDERAL AID PROJECT NO: STPUL - 1045/007 &TIB PROJECT NO: 8.1- 116(010) -1 INTERURBAN AVENUE S ROADWAY PROFILE STA 44 +00 TO STA 49 +00 7/30/ C012 -SD SYSTEM REVISIONS no dale rev! ions 35 107 file no 0436PRFA.dwg scale AS SHOWN date 02/2014 (GENERAL DRAINAGE PROFILE NOTES 1. CATCH BASIN OFFSETS ARE TO CENTER OF STRUCTURE 2. PIPE INVERTS ARE SPECIFIED TO THE PROJECTED CENTER OF STRUCTURE 3. CATCH BASINS SHALL HAVE VANED GRATES UNLESS OTHERWISE NOTED. 4. CONFIRM INVERTS OF STORM DRAIN AT EXISTING STRUCTURES PRIOR TO LAYING PIPE. NOTIFY ENGINEER OF ANY DIFFERENCES. 5. THE LOCATIONS OF EXISTING UNDERGROUND U11U11ES ARE APPROXIMATE THE CONTRACTOR SHAM BE RESPONSIBLE FOR DETERMINING THE EXACT LOCATION. 6. WHEN THE VERTICAL CLEARANCE BETWEEN UTIUTIES IS LESS THAN 6' (MIN), PROVIDE AN OD x OD x 2.5° POLYETHYLENE PLASTIC FOAM PAD BETWEEN RUNS, WHERE OD IS THE OUTSIDE DIAMETER OF THE LARGER PIPE 7. SEE SHTS 26 & 28 FOR STORM DRAIN PLANS AND SHT 29 FOR STORM DRAIN MAINLINE PROFILE 50 40 EXISTING GR S ND ALONG PIP 30 20 CONNEC ..10 EXIST 1 "...SD FROM WEST & EXIST 6" SD FROM NW CB TYPE 2 -48' STA 29 +54.76, 55.22 LT RIM 25.00 IE OUT 21.80 (18'NX 30 LF_�L1 ISD Q6. {1Q.1-r 1 -4' CB TYPE IL STA 29 +81.61, 40.78' LT-.V=2/ 51 RIM 24.96 IE IN 20.90 (18 "S) IE OUT 20.90 (18 "NE) 50 TO B •REL AT@ 71z BY-OTHERS 0 (P - WATER• -1.2" 50 A'rI EXIST 8 EXIST 8" SS (ABANDONED) CB TYPE 1 STA 28+66.68, 29.24' LT•. W/ SOLID METAL COVER RIM 24.47 IE OUT 22.16 (8'N) 50'L'F' "'SD'-DI S =D:50 CB TYPE 1 STA 29 +15.14, 16.50 LT RIM 2379 (5T•1 '•'••RCP IE IN 21.91 (8'S) IE OUT 21.66 (12 "N) 40 30 •11 "X10•. WOOD I'I EXISr12° so •) ITO BE•REMOVED F1.) I r 1. I 20 DUCT 10 0 CB TYPE 1L 52 STA 29 +82.26, 16.50' LT W/ SOUD METAL COVER RIM 24.07 IE IN 20.52 (18'SW) IE IN 21.32 (12'S) IE OUT 20.52 (18'N) 30 INTERURBAN AVE S 50 INTERURBAN AVE S 50 50 40 30 CB TYPE 2 -48' STA 27 +80.00, 36.68' RT - -•- RIM 23.79 I -IE IN 20.44 (12 "NE) . IE IN 20.69 (6'E) FROM FlLTERA F6 .1E OUT 20.44 (12 "N) CB TYPE 2 -48" 49 STA 29 +77.06, 44.75 RT STA 29 +14.69, 36.68' RT / ST 29+77.06, 19. RIM 23.06 IE IN 19.73 (12'S) IE IN 19.96 (6 "E) I IE OUT 19.73 (12 "NW) IE IN 19.96 12'NE FROM FlLTERA F7. 1 CB TYPE 1 N 19.9• 2S) IE OUT 19.96 (12'N). 1 20 10 A TINT ED GROUND AT ON PIPED TING GROUND G PIPE CL .50 %20 135 LF 12" SD S=0.36%. EXIST 12" STORM 63 LF 12' SD LF 1e3075= TO BE REMOVED) EXIST SHEET.26. 8"..55 I ....� tg 0 1 27 +71 28 +00 30 20 10 EXIST CB TYPE 2 -48" 50 STA 27 +88.23, 46.02' RT.... W/ ROUND SOLID COVER RIM 24.03 IE IN 19.70 (15 "S) PLUG IE IN 20.50 (12" NE) IE IN 19.40 (18 "SW) PLUG "" IE OUT 19.60 (18 "N)PLUG IE OUT 20.50 (12'SW) _.F 12' SD � -w .....11 r 1a 0r' iW Wr'� SRNl 0R0UN1) AI�ANG..P.IP.E. 50 AA 40 30 30 20 20 10 10 ii FINISHED GROUND ALONG PIPE Q 29 +00 10 ................ = -I 19.59' NNECT TO 0E7EN110N VAULT DETAILS, SHT 58-59 IEITGRODRD -� 30 +00 30+25 CB TYPE 1 STA 29 +43.07, 63.50 RT RIM 23.53 i IE OUT 20.34 (12'S) DGS4NG GROUND ALONG. PIPE XTST 18" SO 50 25' LF' 18"" SD "S =0:30% CB TYPE 1L 34 CB TYPE 1 STA 32 +00.12, 16.25' LT RIM 23.40 IE IN 20.36 (12 "W) IE OUT 20.36 (12'S) STA 30+07.55, 16.50 LT W RIM 23.65 IE IN 20.44 (18'S) IE OUT 20.07 (18 °N) TING- BROUND- pT. CONSTRUC1ION . Q PROPOSED•GROUND AT' CONSTRUCTION' STA 31 +04. 3, RIM 23.87 IE IN 19.78 (12 °N) IE IN 20.28 (12'W) IE IN 19.78 (18'S) IE OUT 17.31 (18'E) 40 40 30 30 97LF18'SDS=0.30% P51f I 1E' >sl I� Qr 96LF12'SDS=0.60% EXIST 18* SD FIRE HYDRANT 67' 28 +50 s �o 1908 PPLY 12 "SD' =111"S -0:50% 29+00 EXIST "8" "SS P- WATER" 6' 30 +00 31 +00 H I• 9 Lj.t2'. .SD ..S=O. Ia I' I to- ld RS I It3 -IS 40 20 20 -STRUCTURE-- SAME 10 10 0 0 32 +00 32 +25 9X STA 32 +04.8 37.11' LT IE 23.01 12 E INSTAL131FytARED END SEC1ION`W1TH ASH GUARD 20 21, LF 12' SD S= 12.40% 10 0 50 40 30 20 10 0 5 10 20 40 60 SCALE IN FEET u EL E3 ,xc .APT_ *ENGINEERING *STREETS *WATER *SEWER *BUILDING * 75391hAve6ueN 2502 Jeff ersonAvenue Seallle, WA 98109 Tacoma, WA 98402 (206) 2864640 (253) 627-0720 wwn.kpg.com BID DOCUMENT FEDERAL AID PROJECT N0: STPUL- 1045/007 &TIB PROJECT NO: 8 -1- 116(010) -1 INTERURBAN AVENUE S STORM DRAIN PROFILES STA 27 +80 TO STA 32 +00 1 /30/1 CO 2 -SD SYSTEM REVISIONS no dale revisions • 41 107 file no 0436PRF. w0 scale AS SHOWN date 02/2014 INTERURBAN AVE S 50 50 40 30 20 10 CB TYPE 1 STA 31+11.08, 37.50 RT. RIM 23.54 IE IN 20.13 (rt) IE OUT 19.63 (12"N)- .PROPOSED.GR AT.CONSTRUCTI CB TYPE 1 STA 31+99.88, 37.20' RT_ RIM 23.10 IE 114 18.75 (12"S) ND IE OUT 18.75 (12'W) N. •EXISTING-GROUND -AT CONSTRUOTION.Q 40 30 17. .R$ CONNECT. TO DETEUTI .VAULT SEE.DETAILS,.SHT 5 ..59 20 10 0 31+00 50 40 0 32+00 50 40 30 20 10 fINISHED.GRO ONG-PIPE ND 30 20 140 GROUND G PIPE ALO 21 LF "SD 0 si •:00% SEE PLAN SHEET 28 CONCRETE INLET in STA 31+11.09, 58.16' RT RIM 22.10- IE OUT 20.34 (8"W) I 0 50 C8 TYPE 1 STA 35+72.80, 63.50 RT RIM 22.42 IE OUT 18.20 (12NW) CB TYPE 1 32+25 INTERURBAN AVE S 50 30 A7,.CB TYPE 1 N2.Y.STA 38+98.39, 37.50' RT. RIM 22.86 IE OUT 18.60 (12"S) FlNIR169.680.9.ND AT..CONSTRUCTION.Q 20 10 38+00 LA cn 95 IF 12' SD S=080% 50 40 30 20 EXISTMG-GROUN AT CONSTRUCTION c. 10 50 30 2. E IN 16.04 (18"W) IE IN 17.84 (12"N) IE OUT 15.94 (18"NE) D C RIM 23.00 IE IN 15.70 (36"S) IE IN 15.80 (18N IE OUT 15.70 (36N) IE IN 15.80 (18'SW) WOOD-DUCT MOUr 15-WAltR. STA 38+03.00, RIM 23.63 I. IN 17.54 (12"N) IE OUT 16.31 (18'E) INTERURBAN AVE S 50 50 50 STA 36+26.10, 53.50 RT RIM 22.48 I IE IN 17.91 (12°SE) IE OUT 17.91 (12'NW) T CB 30 20 10 0 40 STA 36+42.64 50.45' RT w .111 • I or RIM 23.10 IE OUT 16.20 (36"NW) IE IN 17.70 (12'SE). --1-54 IF 12" SD S=0.53% 40 30 30 STA 36+55.06, .RIM 23.37 IE IN 18.80 (1VN) __IE IN 18.43 (12'W) .IE OUT 16.69 (12"E) 20-LF12""SD 5=1:00% 20 20 -Sw SEEPLAN. •SHEET.3Cr. •PROPOSED-GROUND AT-CONSTRUE ON 40 [051- DasmasiRouhl R ALONG ripEA •IDC-S1P170' BUNDLE 30 PROPOSED GROUND AT CONSTRUCTION E'US11NG"GR0t1D 10 10 A1,966..1),In.q 1-17 LF 12- SD-S-1 25% 20 EXISTING GROUND AT CONSTRUCTION Q 0 10 CB TYPE 1 STA 36+75.14, 16.50' LT (f.3:' RIM 23.27 I IE OUT 19.00 (12"S) EE SHEET 31 1 0 36+50 FOR CONTINUATION X ST 12" SS 18' SD ..SEE.PLAN. SHEEL30_ 50 40 30 20 10 0 GENERAL DRAINAGE PROFILE NOTES 1. CATCH BASIN OFFSETS ARE TO CENTER OF STRUCTURE 2. PIPE INVERTS ARE SPECIFIED TO THE PROJECTED CENTER OF STRUCRIRE 3. CATCH BASINS SHALL HAVE VANED GRATES UNLESS OTHERNASE NOTED. 4. CONFIRM INVERTS OF STORM DRAIN AT MING STRUCTURES PRIOR TO LAYING PIPE NOTIFY ENGINEER OF ANY DIFFERENCES. 5. DIE LOCATIONS OF EXISTING UNDERGROUND MURES ARE APPROXIMATE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING THE EXACT LOCATION. 6. WHEN THE VERTICAL CLEARANCE BETWEEN U1IU11ES IS TESS THAN V (MIN), PROMDE AN OD x OD x 2.5' POLYETHYLENE PLASTIC FOAM PAD BETWEEN UTILITIES, WHERE OD IS THE OUTSIDE DIAMETER OF THE LARGER PIPE. 37+00 7. SEE SHTS 28 & 30 FOR STORM DRAIN PLANS AND SHT 29 FOR STORM DRAIN MAINUNE PROFILE 39+00 50 40 30 20 10 50 50 CB TYPE 1 STA 34+11.47, 37.50' RT RIM 23.28 IE IN 20.00 (6'E) 30 JE OUT 19.50 (12"N) 20 10 40 FRIISHED"r OUND ALONG*F1PE 20 NG GROUND CONNECT TOAWNG PIPE EX. 6' PVC 1E.20:2 5-IF 6" SD S=1.37% 0 10 0 50 40 30 INTERURBAN AVE S En!lEi=1!= 0510 20 40 60 SCALE IN FEET 50 4•1 -CB TYPE 1 ,4-Tx CB TYPE 1 N.1.7 STA 35+08.00, 37.50rlir RIM 23.05 IE IN 18.76 (12'S) IE IN 19.10 (6'NE) IE OUT 18.76 (12'W) STA 34+11.47, 37.50' RT RIM 23.28 IE IN 20.00 (6'E) IE OUT 19.50 (12'N) 20 10 38 IF 12" SD. 30 SHED GROUND AT CONSTRUCTION 58 IF 12' SD S=0.75% S=0.79% 0 34+00 STA 33+63.49, RIM 23.82 IE IN 19.77 (12'N) - STA 34+50.26, 16.277r IE IN 20.77 (12'SW) VI/ SOLID METAL COVER IE OUT 18.54 (12'E) j RIM 23.40 .. IE OUT 20.20 (12'S) INTERURBAN AVE S CB TYPE 1 STA 34+49.69, 37.50' RT RIM 22.76 IE IN 19.20 (12 S) IE OUT 19.20 (12'N) CB TYPE 1 PROPOSED GROUND AT CONSTRUCTION DarNG GROUND AT CONSTRUCTION 87 15 12' SD S=0.50% 0 (ABANDON SEE SHEET-29 FOR.CONTINUATO 20 EXISTING GROUND AT CONSTRUCTION 10 SEE SHEET 31 FOR CONTINUATION 0 35+00 35+25 50 40 30 20 10 33+50 34+00 34+75 _P'ELE3 I ,X.1 12V-C1)1Zi<rAS 1I _30 *ENGINEERING *STREETS *WATER* SEWER*BUILDING * 753 91h Avenue N Seallla, 68 98109 (206) 288 -1640 ww,L,l(pg.cam 2502 JelarsonALeaue Tacoma, WA 98402 (253)027-0720 BID DOCUMENT FEDERAL AID PROJECT NO: STPUL-1045/007 & TIB PROJECT NO: 8-1-1 16(010)-1 INTERURBAN AVENUE S STORM DRAIN PROFILES STA 31+00 TO STA 38+00 /30/1' C '-SD SYSTEM REVISIONS no date revisions 42 107 , file no 0436PRF.dwg scale AS SHOWN date 02/2014 50 40 30 20 INTERURBAN AVE S CB TYPE 1 STA 40+67.92, 37.55' RT RIM 23.69 1 IE OUT 19.42 (12'N) PR POSED GROUND CB TYPE 2 -48' STA 41 +48.38, 37.52' RT 93 RIM 24.43 IE IN 18.82 (12 "S) IE IN 17.13 (18'W) IE OUT 17.13 (18 "E) AT CONSTRUCTION NU f AT..GQNSTRUGIIQN.. 80 LF 12" SD 50 40 30 20 10 S =0.75% 01 SHEET 33 I IA 10 40 +50 50 40 41 +00 CB TYPE 1 15 LF '2 " "SD S= 1:00 %7\ 30 STA 44+20.14, 39.62' RT RIM 27.12 IE OUT 23.00 (12 "NE EXIST CB TYPE 2 -72" 40 STA 44 +31.15, 50.63' RT W/ ROUND SOUD COVER RIM 25.46 IE IN 14.90 (36'S) IE OUT 14.80 (36 "NE)- 0 20 10 a: 30 NISHE6-GR(�UND- LONG'PIPE' -41S11NGGR ND AL0NG'PIPE 10 0 5 10 20 40 60 SCALE IN FEET 42 +00 50 50 50 40 FINISH aa• GROUND ALO G'PIPE' 30 I I EXIST CB TYPE 2 -60" W RIM 25.59 IE IN 15.10 (36 "S) IE IN 17.00 (12 "E) IE OUT 15.10 36 "N) COVER 30 20 10 0 50 INTERURBAN AVE S STA 42 +83.33, RIM 25.86 _IE IN 19.01 (12'N) IE OUT 19.01 (12 "E) 30 GROUND PE PL 10 0 50 STA 43+23.19, RIM 26.30 I IE IN 19.41 (12" 40 IE OUT 19.41 (12'S) MISHED GROUND G.PIPE.$, 30 20 EXISTING OUND ALONG PI E..Q 10 42 +50 S A • 23.19, RIM 26.50 40 IE IN 22.93 (12 "N) 40LF 12'SD 20 S =1.00% 43 +00 c I� SEE 'PLAN .SHE,.3. 10 43+50 IE OUT 19.95 (12'E) FlI 30 AL EXISTING GROUN ALONG PIPE CL 20 P -WATER 12" 'SHED GROUND NG ElpEA 10 0 EE..SHEET••33 FCR••CONTINUATION 11'X1074004 -DLGT EX. "STP'F /0 "IIUND E I°- I. Ig t5 541F'12 "'SD S= 1:00% 50 40 30 20 10 0 GENERAL DRAINAGE PROFILE NOTES 1. CATCH BASIN OFFSETS ARE TO CENTER OF STRUCTURE. 2. PIPE INVERTS ARE SPECIFIED TO THE PROJECTED CENTER OF STRUCTURE 3. CATCH BASINS MALL HAVE VANED GRATES UNLESS OTHERWISE NOTED. 4. CONFIRM INVERTS OF STORM DRAIN AT EXISTING STRUCTURES PRIOR TO LAYING PIPE. NOTIFY ENGINEER OF ANY DIFFERENCES 5. THE LOCATIONS OF EXISTING UNDERGROUND UTILITIES ARE APPROXIMATE THE CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING THE EXACT LOCATION. 6. WHEN THE VERTICAL CLEARANCE BETWEEN UTILITIES IS LESS THAN 6' (MIN), PROVIDE AN OD x00 x 2.5' POLYETHYLENE PLASRC FOAM PAD BETWEEN UTILITIES, WHERE OD IS THE OUTSIDE DIAMETER OF THE LARGER PIPE. 7. SEE %ITS 30, 32 & 34 FOR STORM DRAIN PLANS AND SHT 33 FOR STORM DRAIN MAINLINE PROFILE. *ENGINEERING *STREETS *WATER* SEWER *BUILDING * by date designed SOD 2/14 drawn SOD 2/14 checked NJD 2/14 prajeng NJO 2/14 proj dir field bk no 753 9Th Avenue N Sca111e, WA 98109 (206) 286 -1640 -wx.kpg.com 2502 Allman Avenue Tacoma, WA 98402 (253) 627 -0720 BID DOCUMENT FEDERAL AID PROJECT NO: STPUL- 1045/007 &TIB PROJECT NO: 8-1-116(010)-1 INTERURBAN AVENUE S STORM DRAIN PROFILES STA 40 +00 TO STA 44 +50 1 /30/1. 0. -SD SYSTEM REVISIONS 1 no date revisions 43 107 file no 0436PRF. wg scale AS SHOWN date 02/2014 CITY OF TUKWILA Sheet 1 of 2 CONTRACT CHANGE ORDER NO.01 DATE: 10 -10 -14 PROJECT NO.: 903310402 PROJECT NAME: Interurban Avenue S. TO: Walsh Pacific BUDGET NO.: 104.98.595.800.65.00 CONTRACT NO.: 14 -067 (43 You are hereby directed to make, the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby; are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Revisions to Specification Section 7 -06 STORMWATER DETENTION VAULT The Submittals section regarding shop drawings states "Drawings shall be stamped and signed by a licensed structural engineer ...." The Contractor and their supplier requested (RFI #5) that the drawings be stamped by a licensed professional civil engineer that has extensive experience with these types of structures rather than a structural engineer who may not have such extensive experience. The change was agreed to by the City as an experienced professional engineer is taking responsibility for the design and the change does not pose any perceived risk. The net result of this change is $0 in project costs and no time impact. 6 L (6-//i/,¢ Sheet 2 of 2 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this change order is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. This change represents a fair, equitable and complete compensation. ACCEPTED: Date By 6b-✓4vv 64 tI&WA-- Contractor: Walsh Pacific Title ?IM ?r iv,I-C, L�'L Original Contract (without tax) $ 7,496,650.20 ✓/ APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 0.00 ✓ Date This Change Order (without tax) $ 0.00i By REV. CONTRACT AMOUNT $ $ 7,496,650.20 ✓ City ngineer Original Contract time: 450 Calendar days Additional Calendar Days due to this change: 0 (zero) calendar days added pdated Contract Time: 450 Calendar days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance) Construction Inspector Construction Engineer PW Project file: C -1 AGREEMENT FORM 14 -067 CONTRACT NO, Council Approval 6/2/14 THIS AGREEMENT is made and entered into on this (D day of X� „._, 20 ( (-, by and between the City of Tukwila, Washington ( "Owner") and Walsh Construction Co 11 LLC (" ontractor "). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled INTERURBAN AVENUE S, City Project No. 03 -RW02, Federal Aid No. STPUL- 1045(007), including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1 -04.2 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Contract Documents. 4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. CITY OF TUKWILA, WASHI GTON (Owner) By: Mayor Attest: Walsh Construction Co II LLC (Contractor) By: Title: Attest: This t'4 day of �_ -_ , 20 14 This 25 day of ftiAY , 20 14 t.. 9S - t`" ki Oity Clerk ' Approved as to Form: City Attorney Contractors License No. WALSHCC907PR Address for giving notices: Address for giving notices: (patty ,SDtt-kh(ehl2f'- TAM. t 10 l Dr 6Q1(Z)S 16400 Southcenter Parkway, STE 501 Seattle, WA 98188 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale C -2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila. Washington Bond No. 106080531 Travelers Casualty and Surety We, Walsh Construction Company II, LLC, and Company of America (Principal) (Surely) a Surety corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington ("Owner"), in the penal sum of Seven Million Five Hundred Ninety Seven Thousand Eight Hundred Thirty Three and 39/100 Dollars ($7,597,833.39 ), the payment of which sum, on demand, we bind ourselves and our successors, heirs. administrators, executors, or personal representatives, as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated (04 , 20) `+, between Principal and Owner for a project entitled INTERURBAN AVE S,Contract No. 03 —RW02 ("Contract"). The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE. this Payment and Performance Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; • Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; • Indemnifies and holds Owner, its officers. and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and • Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change. extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20 %). If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Payment and Performance Bond shall automatically increase in a like amount. Any such increase shall not exceed twenty -five percent (25 %) of the original amount of the Payment and Performance Bond without the prior written consent of Surety. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Payment & Performance Bond C -3 This Payment and Performance Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHEREOF. the parties have executed this instrument in two (2) identical counterparts this Zg day of may , 20 (4. Walsh C struction Company II, LLC Travelers Casualty and Surety Company of America Ignature of Authorized Of ficia 'Sigriure of Authorized Official Sean C. Walsh, President Title ByKerry Pecora Attorney in Fact (Attach Power of Attorney) Name and address of local office of 1501 Fourth Avenue —Suite 1150 agent andfor Surety Company: Seattle, WA 98101 Surety companies executing bonds must appear an the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www bxwa.com - Always Verify Scale 1 • TRAVELERS J Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 225482 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 00 578 4 572 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Brian R. Walsh, J. William Ernstrom, Jodi Wallace, and Kerry Pecora of the City of Chicago , State of Illinois , their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of,guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or r- proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 31st day of January 2014 State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance`Company® ' :r " Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 1::c.00°,747.4. ,ns :; .SEAL 3i By: Robert L. Raney, Ale enior Vice President On this the 31st day of January 2014 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. 58440 -8 -12 Printed in U.S.A. C • V Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies which is in full force and'effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this L day of /1441 , 20 LC. tee4/' Kevin E. Hughes, Assistant Sec tary QPOAA >� T.,SEAL,e) To verify the authenticity of this Power of Attorney, call 1- 800 - 421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER i ADO ® `. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 2ti2014 YY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk Services Central, Inc. Chicago IL Offi ce 200 East Randolph Chicago IL 60601 USA CONTACT NAME: PHONE (866) 283 -7122 FAX (800) 363 -0105 (NC. No. Ext): (AIC. No.): E -MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURED Walsh Construction Company II, LLC 16400 Southcenter Parkway, Suite 501 Seattle, WA 98188 USA INSURER A: Arch Insurance Company 11150 INSURERB: Allied world National Assurance Company 10690 INSURER C: Steadfast Insurance Company 26387 INSURER D: $1,000,000 INSURER E: $300,000 INSURER F: CERTIFICATE NUMBER: 570053833155 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POUCY EFF (MMIDDIYYYY) POUCY EXP f MMIDDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 41PKG8901907 06/01/2013 06/01/2014 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $300,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $25,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRO - POLICY X X LOC JECT OTHER: PRODUCTS - COMP /OPAGG $2,000,000 A A AUTOMOBILE X — _ LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS — — _ SCHEDULED AUTOS NON -OWNED AUTOS 41PKG8901907 AOS 41CAB8902007 MA Only 06/01/2013 06/01/2013 06/01/2014 06/01/2014 COMBINED SINGLE LIMIT (Ea accident) $2,000,000 BODILY INJURY ( Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) B X UMBRELLAUAB EXCESS LIAB 'X OCCUR CLAIMS -MADE 03056149 06/01/2013 06/01/2014 EACH OCCURRENCE $10,000,000 AGGREGATE $10,000,000 DED I RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/ PARTNER / EXECUTIVE Y OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A 1 STATUTE I0TH ER E.L. EACH ACCIDENT E.L. DISEASE -EA EMPLOYEE E.L. DISEASE- POLICY LIMIT A Misc Liab Cvg 41GPP8902100 Excess General Liability 06/01/2013 06/01/2014 Each occurrence Aggregate $1,000,000 $2,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Project - Interurban Avenue 5; Interurban Ave S. between S. 143rd St. to Fort Dent Way, Tukwila, WA 98188; Walsh II Job No.: 214046. See attached. CERTIFICATE HOLDER CANCELLATION City of Tukwila 6300 Southcenter Boulevard Tukwila, WA 98188 -2544 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 3 92.„ 9.4 Lta:L ✓ �u�za 'ACORD 25 (2014/01) ©1988 -2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Holder Identifier : ABNP Certificate No : 570053833155 • 2 ti Ib AGENCY CUSTOMER ID: 10774508 LOC #: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY Aon Risk services central, Inc. NAMED INSURED Walsh Construction Company II, LLC POLICY NUMBER see Certificate Number: 570053833155 CARRIER See Certificate Number: 570053833155 NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance INSURER(S) AFFORDING COVERAGE NAIC # INSURER INSURER INSURER INSURER ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. INSR LTR TYPE OF INSURANCE ADDL INSD SUER W VD POLICY NUMBER POLICY EFFECTIVE DATE ( MM/DD/YYYY) POLICY EXPIRATION DATE (MM/DD/YYYY) LIMITS OTHER C Contractor Poll E00534542608 Pollution SIR applies per policy terms 06/01/2013 & conditions 06/01/2014 Per Claim /Aggr $15,000,000 C Contractor Prof E00534542608 Professional SIR applies per policy terms 06/01/2013 & conditions 06/01/2014 Per Claim /Aggr $15,000,000 A Excess WC 41wCx8901807 SIR Excess WC - WA SIR applies per policy terms 06/01/2013 & conditions 06/01/2014 EL Each Accident $1,000,000 EL Disease - Policy $1,000,000 EL Disease - Ea Empl $1,000,000 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. AGENCY CUSTOMER ID: 10774508 LOC #: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY Aon Risk services Central, Inc. NAMED INSURED walsh Construction Company II, LLC POLICY NUMBER See certificate Number: 570053833155 CARRIER see Certificate Number: 570053833155 NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Continuation city of Tukwila, its officers, elected officials, employees, agents and volunteers; KPG, P.S. and other consultants to be identified prior to contract award; PSE, Seattle City Light, Century Link, comcast, Integra Telecom, Level3 Communications, Zayo Group, and other private utility owners to be identified prior to contract award and their employees, agents, and sub consultants that are required to provide materials, relocations, adjustments, and upgrades of their facillities during the corse of this contract are an Additional Insured pertaining to General Liability, Automobile Liability, Excess Liability and Pollution Liability with respects to liability arising out of the Named Insured's operations on the referenced project. Professional services for Architects, Engineers, Consultants, etc. are excluded. This insurance will be Primary and Non - Contributory to the General Liability, Automobile Liability, Excess Liability and Pollution Liability policies with respect to any other available insurance to the Additional Insureds for the negligence of the insured on the referenced project. The General Liability policy includes the perils of (xCU) Explosion, Collapse and underground. Contractual Liability is included, subject to the terms, conditions, limitations and exclusions of the General Liability policy. General Liability includes Severability of Interests / cross Liability. ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. POLICY NUMBER: 41PKG8901907 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations Any person or organization, you have agreed by means of a written contract or agreement, to add as an additional insured; such person or organization is an additional insured on this policy. When required by a written contract or agreement, coverage afforded to these additional insured parties will be primary to and non - contributory with any other insurance available to that person or organization. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. CG 20 10 07 04 B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. © ISO Properties, Inc., 2004 Page 1 of 1 ❑ POLICY NUMBER: 41PKG8901907 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations Any person or organization, you have agreed by means of a written contract or agreement, to add as an additional insured; such person or organization is an additional insured on this policy. When required by a written contract or agreement, coverage afforded to these additional insured parties will be primary to and non - contributory with any other insurance available to that person or organization. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the "products- completed operations hazard ". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 ❑ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION — CERTIFICATE HOLDERS (SPECIFIED DAYS) The person(s) or organization(s) listed or described in the Schedule below have requested that they receive written notice of cancellation when this policy is cancelled by us. We will mail or deliver to the Person(s) or Organization(s) listed or described in the Schedule a copy of the written notice of cancellation that we sent to you. If possible, such copies of the notice will be mailed at least 60 days, except for cancellation for non - payment of premium which will be mailed 10 days, prior to the effective date of the cancellation, to the address or addresses of certificate holders as provided by your broker or agent. Schedule Person(s) or Organization(s) including mailing address: All certificate holders where written notice of the cancellation of this policy is required by written contract, permit or agreement with the Named Insured and whose names and addresses will be provided by the broker or agent listed in the Declarations Page of this policy for the purposes of complying with such request. This notification of cancellation of the policy is intended as a courtesy only. Our failure to provide such notification to the person(s) or organization(s) shown in the Schedule will not extend any policy cancellation date nor impact or negate any cancellation of the policy. This endorsement does not entitle the person(s) or organization(s) listed or described in the Schedule above to any benefit, rights or protection under this policy. Any provision of this endorsement that is in conflict with a statute or rule is hereby amended to conform to that statute or rule. All other terms and conditions of this policy remain unchanged. Endorsement Number: Policy Number: 41PKG8901907 Named Insured: THE WALSH GROUP, LTD. This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date: 06/01/2013 00 ML0087 00 11 10 Page 1 of 1 Endorsement No.: This Endorsement, effective: 06/01/2013 (at 12:01 A.M. prevailing time at the address stated in Item 1. (b) of the Declarations) forms a part of Policy No.: 03056149 Issued to: The Walsh Group Ltd. By: Allied World National Assurance Company SCHEDULE OF ADDITIONAL CANCELLATION NOTICE Person(s) or Organization(s) Mailing Address The company shall mail written notice of cancellation not less than sixty (60) days [or ten (10) days in the event any premium is not paid when due] in advance of the cancellation date stating the reason for cancellation to the person(s) or organization(s) listed in the Schedule above. A written notice of such cancellation shall be mailed only when a valid address in provided. The company shall also mail written notice of cancellation not less than sixty (60) days [or ten (10) days in the event any premium is not paid when due] in advance of the cancellation date stating the reason for cancellation to all certificate holders where written notice of the cancellation of this policy is required by written contact, permit or agreement with the Named Insured and whose names and addresses will be provided by the broker or agent listed on the Declarations of this policy for the purpose of complying with such request. The broker or agent must provide the company with such names and addresses at least thirty (30) days prior to when written notice of cancellation is required. The company is not responsible for any delays in the notice of cancellation to any certificate holder in the event the broker or agent fails to provide the necessary information within the required time. A written notice of such cancellation shall be mailed only when a valid address in provided. All other terms and conditions of this policy remain unchanged. Allied World National Assurance Company By: Todd Germano Title: President, U.S. Property and Casualty Date of Issuance: Page 1 of 1 P -1 PROPOSAL Contractor's Name 1A36.151% C'onst.,. s Co 11 "C Contractor's State License No. W Au.s « e c g o-? ? tz City of Tukwila Project No. 03 -RW02 Federal Aid No. STPUL -1045 (007) To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled INTERURBAN AVENUE S, which project includes but is not limited to: Bid Schedule A — Roadway Improvements Construction of approximately 4,065 linear feet of street improvements within the right -of -way of Interurban Avenue S — S 143rd Street to Fort Dent Way, including but not limited to, constructing curbs, gutters, sidewalks, driveways, retaining walls; installation of storm drainage structures and pipes; installation of water main; hot mix asphalt paving, overlay and pavement repair; and installation of landscaping, illumination, signal modifications, fiber optic raceway system modifications, irrigation, restoration, channelization, and other work necessary to complete the Work as specified and shown in the Contract Documents. Bid Schedule B — Water Improvements Construction of approximately 4,135 linear feet of new water main improvements within the right -of -way of Interurban Avenue S and along S 149th Street, as shown in the Contract Documents. AND Other items necessary to complete the Work as shown in the Contract Documents; and has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) lih bid bond or ❑ cash, ❑ cashier's check, ❑ certified check, or ❑ postal money order made payable to the City of Tukwila equal to five percent (5 %) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required Payment and Performance Bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall attain Physical Completion of all Work in all respects within Four Hundred Fifty [450] calendar days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in. Section 1 -08.9 Proposal P -2 of the Standard Specifications for every calendar day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. Proposal P -15 Bids Submitted on Computer Printouts Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may submit an original computer printout sheet with their bid, as long as the following requirements are met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard - copy bid form — Project Name, Schedule Name, column headings — in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid form which acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print -out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print -out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will . - . etermined by multiplying the unit Bid prices shown in this print -out by the respective estimated quantities - . n on the Bid form then totaling all of the extended amounts. Signed: - �i,r.�. (7, Title: Sean C. Walsh - President Date: /Z Zby Proposal P -16 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. Date of Receipt No. 1 i'rlarc t % 21 z o 3 2 APB %l ' 71:11‘ 4 4 Date of Receipt Mel I ,2614 NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety Company which will furnish the required Payment and Performance Bond is 101.644 ualt com7a y e444r qee of aye ew�ia4crs. .1, &dI4.1_, Cr video (Name (Address) Bidder: Signature of Authorized Official: Printed Name and Title: Address: Circle One: 14446 Sew elnAer Parkoky t SA. SOI SeA,41t,4JA 911 !SS / Partnership / Joint Venture / Corporation Phone No.: 20100 3941 - -300 State of Incorporation: 11li++e;s Date: This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. If the Bidder is a co- partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice - president (or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on the bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be rejected. P -17 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). -OR -- Bid Bond: The undersigned, Walsh Construction Company II, LLC (Principal), and Travelers Casualty and Surety Company of America (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent of Amount Bid dollars ($ (5%) ), which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5 %) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for INTERURBAN AVENUE S, City Project No. 03 -RW02, Federal Aid No. STPUL - 1045(007) according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages. The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this 25 day of March , 2014 . Walsh oiystruction. Co�.�. �y II, LLC \ � Principa (Signa ure of Autho ized Official Sean C. Walsh, President Title Travelers Casualty and Surety Company of America Fact (Attach Power of Attorney) i Wallace, Attorney -in -Fact Name and address of local office of 1501 Fourth Avenue -Suite 1150 agent and /or Surety Company: Seattle, WA 98101 Surety companies executing bonds must appear on the current Authorized insurance List in the State of Washington per Section 1 -02.7 of the Standard Specifications. State of Illinois County of DuPage On this 25 day of March , 2014, before me personally appeared Jodi Wallace, known to me to be the Attorney -in -Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, the corporation that executed the within instrument and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in this certificate first written above. KERRY PECORA OFFICIAL SEAL Notary Public, State of Illinois My Commission Expires July 30, 2016 TRAVELERS J Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 225482 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 0 5 6 6 2 3 7 3 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Brian R. Walsh, J. William Ernstrom, Jodi Wallace, and Kerry Pecora of the City of Chicago , State of Illinois , their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 4th IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of October 2013 State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company By: Robert L. Raney, en or Vice President On this the 4th day of October 2013 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. 58440 -8 -12 Printed in U.S.A. l.. Marie C. Tetreault, Notary Public WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United•States Fidelity., and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies. which: is in full force and'effect and has not been revoked. • IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the -seals of said Companies this 2 5 day of March , 20 14. ✓G� Kevin E. Hughes, Assistant Sec =tary To verify the authenticity of this Power of Attorney, call 1- 800 - 421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER P -18 NON - COLLUSION DECLARATION STATE OF WASHINGTON ) ) ss. COUNTY OF KING The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named INTERURBAN AVENUE S, City Project No. 03 -RW02, Federal Aid No. STPUL - 1045(007). Fir AY- MO 111President gnature of Authorized Official Signed and sworn to before e on this IS i day of Pou L Title , 20J`1 . Signature of Notary Public in and for the State of Washington, residing at -n`9 , , i 5 My appointment,ittremE ese SEAL + Y NOTAR 11" = rte :: PUBLIC S*; ,� . �.,_ , ''W �'�0%" NOTICE TO ALL BIDDERS To report bid rigging'btiitiAtM call: 1- 800 - 424 -9071 The U.S. Department of Transportation ( USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON - COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following . statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1- 800 -424 -9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. SR DOT Form 272 -0361 EF 07/2011 IS YOUR DISADVANTAGED BUSINESS ENTERPRISE ( DBE) DOCUMENTATION INCLUDED? (AS REQUIRED BY THE SPECIFICATIONS) IF NOT - YOUR BID WILL BE CONSIDERED NON - RESPONSIVE AND WILL BE REJECTED. YOU MUST INCLUDE: 1. A Disadvantaged Business Enterprise Utilization Certification (DOT Form 272 -056A EF) which demonstrates how you will meet the DBE condition of award goal. In the event you are unsucessful in meeting the goal see number three, below and; 2. Regardless, you must submit a Disavantaged Business Enterprise (DBE) Written Confirmation Document DOT Form 422 -031A EF from each DBE listed on the Disadvantaged Business Enterprise Utilization Certification. 3. You must submit good faith effort documentation with the Disavantaged Business Enterprise Utilization Certification only in the event your efforts to solicit sufficient DBE participation have been unsuccessful. SR Local Agency Certification for Federal -Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite or making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not Tess than $10,000 and not more than $100,000 for each failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts. which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. SR DOT Form 272 -040A EF 07/2011 Local Agency Disadvantaged Business Enterprise Utilization Certification To be eligible for Of this coritract,the.bidder must fill out and submit;_ as part of its bid proposal; the following- Disadvantaged Business. Enterprise Utilization Certification relating to DiSadvantagect Business Enterprise'(DBE) requirements The Contracting Agency shall consider as non - responsive and shaft reject any bid proposal that does not contain aDBE Certification which properly demonstrates that the bidder will fneet the DBE participation requirements in one of the manners provided for in the proposed contract. The Bidder must:submit good faith effort documentation onlv in the event the bidder's efforts to solicit sufficient DBE participation has been unsuccessful The successful bidder's Disadvantage Business Enterprise Utilization Certification: shall be deemed part of the resulting contract Information on certified firms is available from OMWBE telephone 3$0--$64-97'50 or Toll Free-1 =866 =.208 -1064. CA ntS TR tC t% O�� LL C, certifies that the Disadvantaged `Business Enterprise (DBE) (Box 1) Name. of Bidder Firms listed below have been contacted regarding participation on this project. If this bidder is successful on this project and -is awarded the contract, it shall .assure that subcontracts or supply agreements are executed with those firms where an "Amount to be Applied Towards Goal" is listed. (If necessary, use additional sheet) Column 1 Name of DBE : Certificate Number Column 2 Project Role .(Prime, Joint Venture, Subcontractor, Manufacturer', Regular: Dealer) Column 3 Description of Work Column 4 ** Amount to be Applied' Towards`Goal : Local Agency Disadvantaged Business Enterprise Utilization Certification To be eligible for award of,this contract.the bidder must fill but and submiti_ -as part of_.(ts bid, proposai, :the following Disadvantaged Business Enterprise Utilization Certification relating:to Disadvantaged Business Enterprise (DBE) regwtements The Contracting Agency shall consider as non responsive and shaft reject any bid'proposal that does not contain a DBE Certification which properly demohstrateS that the bidder will net the DBE participation requirements in one of the manners provided for in the proposed contract. The Bidder must:subfriit good faith effort documentation. only in the event the bidders efforts to solicit sufficient DBE participation has been unsuccessful. The successful' bidders Disadvantage Business Enterprise Utilization Certification shall be deemed a part of the res1ul(tinn contract.• Information on certified firms is available lfrom OMWBE, telephone 360- 664 -9750 or Toll Free 1 -866- 208 - 1064. vv A Ls t CO 1S6T_LCTI0M ct it ac-- certifies that the Disadvantaged Business Enterprise (DBE) (Box 1) Name of Bidder Firms listed below have been contacted regarding participation on this project. If this bidder is successful on this project and is awarded the contract, it shall assure that subcontracts or supply agreements are executed with those firms where an "Amount to be Applied Towards Goal" is listed. (If necessary, use additional sheet.) Column 1, Name of DBE Certificate Number Column 2: Project Role,. (Prime,'Joint Venture, Subcontractor, Manufacturer, Regular: Dealer) Column 3 Description of Work Colurnn.4 - Amount to be Applied Towards-Goal `pear -sd r, britl i v\ D fr1ololg4 so bcorm -a2'or Ur•►►ler1 Stiff-}- canstwcb eV) av,d ►I i nc� �ovY,dal3�n , 6q(e, 000..0 I: irriiir� 4. Se. T S<,vQ,e p i . oo (G0IV-20 Te'rrA py vtaln.t i c,, line - b2F(DO2.811- 6. %Wacovlh cAci -o rS f rez e- GOA to Ivw) Se4'LI ce S 31-00. 00 ubcavl.-htabw+rt � `�'� 'p �►, � `ni e 1)21% 9 �0 • vc Yoe. v '>s►.\ b J 64e wl (.41n S►rir ki n,‘ 10 Disadvantaged Business Enterprise Subcontracting Goal: 11) 14-1 D) 0 Op DBE Total $ 4 I) Z,raE', e 1,03 5o Box 2 Box 3 * Regular Dealer status must be approved prior to bid submittal by the Office of Equal Opportunity; Wash. State Dept. of Transportation, on each contract. ** See the section "Crediting DBE Participation Toward Meeting the Goal" in the Contract Document. *** ContractingAgency this amount to determine whether' or not the bidder has met the goal. In the event of an arithmetic difference The will utilize.,..,.. . between this total and the sum of the individual amounts listed above, then the sum of the amounts listed shall prevail and the total will be revised accordingly. Participation in excess of the goal amount will be considered voluntary or race - neutral participation. SR DOT Form 272-056A EF 07/2011 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale ?me 242— Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business Enterprise Utilization Certification, Contract Interurban Avenue South Bidder's Business Na Walsh Construction Co II LLC DBEs Business Name: 1 Alliance Geomatic, LLC Date: April 21. 2014 The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision; Disavantaged Business Enterprise Condition of Award Participation. Des ption of Work: Construction Surveying Seri Amount to be Applied Towards Goal: s 7aimm o0 DOT Fcxm fl O3i A 0712011 uilders Exchange of WA, Inc. For usage Conditions Agreement see www.b»wa,co • Always Verify Scale 04/22/2014 07:23 253 - 435 -9153 THE BAG LADY PAGE 01/01 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As on authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the Information provided in the bidder's Dlsadyanteaed Business Enterprise Utilization Certiflc tjon. Contract Title: Interurban Avenue Si_ Bidder's Business Name: Walsh Construction Co II LLC. DBE's Business Name: THE BAG LADY, INC. OBE Signature: OBE's Title: CONTRACT MANAGER Date: 4 -21 -14 The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do eo will result In bid rejection. See contract provision; Disevardeged Business Enterprise Condition of Award Participation. Description otWork: EROSION CONTROL Amount to be Applied Towards Goal: $24,900.00 SR Page 30 Local Agency Disadvantaged Business Enterprise-(DBE) WNtten Coitlrmatlort Document Provided to Builders Exchange 'IOWA, Ina. For usage Conditions Agreement see www.bxwa.com.- Nam. ys Verify Scale (SGT Form 22451 A EF 04/22/2014 09:11 FAX 253 880 3109 Terra Dynamics Inc. !J002 /002 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Qjsadyantaaed Business Entemrise Utilization _Certification, Interurban Avenue South ContractTitle: $ =143rd 5t to Fort Dent Way Bidder's Business Name: Walsh Construction Co. 11jjC DBE's Business Name; Terra Dynamics, Inc. DBE Signature: DBE's TltIe: Date: President April 22, 2014 The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision; Disavantaged Business Enterprise Condition of Award Participation. Irrigation Project Construction, Earth Retention System Construction Description of Work: Amount to be Applied Towards Goal: $217,470.00 SR DOT Form 422-031A El: 0712011 04/21/2014 13:29 2538547244 SEATAC SWEEPING SVC PAGE 01/01 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder Is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaget Business Enterprise Utilization Certification, Contract Title: Interurb,in Avenue South Bidder's Business Name: Walsh Cor. struction Co 1I LLC DBEs Business Name: - 3 L eLP DBE Signature: DBE's Title: Date: -/ / a1 r � Wner The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification, Fallur: to do so will result in bid rejection, See contract provision: Disaventaged Business Enterprise Condition of Award Participation, Description of Work: Amount to be Applied Towards Goal:it SR DOT For 422 -031A EF 07/2011 vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com - Always Verify Scale Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business Enterprise Utilization Certification, Contract Title: Interurban Avenue South Bidder's Business Name: Walsh Construction Co II LLC DBE's Business Name: \'• 1� )A A DBE Signature: DBE's Title: Date: The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision; Disavantaged Business Enterprise Condition of Award Participation. Description of Work: i N2_(,\,‘,ci Amount to be Applied Towards Goal: 0'3,4,, ®moo SR DOT Fonn 422 -031 A EF 07(2011 04/21/2014 15:53 2538398936 AAA CONTRACTORS INC PAGE 03/03 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business Enterprise Utilization Certification, Contract Title: Interurban Avenue South, City of Tukwila #03 -RWO2 Bidder's Business Name: \k L �- CONS1M_OCTioN CO DBE's Business Name: AAA Contractors, Inc. #D4M0021009 DBE Signature: LLC- DBE's Title: President, CEO Date: '-I I r The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision; Disavantaged Business Enterprise Condition of Award Participation. Description of Work: Retaining Walls - Amount to be Applied Towards Goal: SR DOT Form 422 -031A EF 07/2011 cal Agency Disadvantaged Business Enterprise (DBE) Wrifiten Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE),.I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business Enterprise Utilization Certificetior1, Contract Title: Bidders Business Name: s Business Warne: Interurban Avenue South DBE Signature: DE E's Title :. Date: c The entries must be consistent with What is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Fath re to do so will result in said rejection. See contract provision; Disavantaged Business.Enterprise Condition of Award Participation. Description of Work: Tr iAc .s Amount to be Applied Towards Goal: 4 2a 7,: S00 scl DOT Form 422-o31AET: 07t2011 Provided to Builders Exchange of WA, ino. For usage Conditions Agreement see'www,b atom - AIWA Verify Some Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business Enterprise Utilization Certification Contract Title: Interurban Avenue S. City of Tukwila, WA 03 —RWO2 Bidder's Business Name: W LS H Co NS � t O M (c IT LLC DBE's Business Name: Global Concrete Cutting, Inc. DBE Signature: frTirrnua DBE's Title: President Date: 04/22/14 The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision; Disavantaged Business Enterprise Condition of Award Participation. Description of Work: Saw Cutting & Coring Amount to be Applied Towards Goal: $ 123,243.00 SR DOT Form 422.031A EF 07/2011 age 30 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document r..vi.lorf fn DIrilrlpro Cv.-hnr.no of lA /G Inn C..r Itconc r`r.r.r7lfi..n• A..roomor.f ,nn ,.,1.n.r h.-tarn 1 /orff Cr,.,lo P -24 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: Walsh Construction Company II, LLC Address of Bidder: 16400 Southcenter Parkway, Suite 501 Seattle WA City State Contractor's License No. WALSHCC907PR WA State UBI No. 603050702 98188 Zip Code Dept. of L &I License Bond Registration No.100900200- 2010 -37 Worker's Comp. Acct. No. 706,254 -00 -0 Bidder is a(n): ❑ Individual ❑ Partnership ❑ Joint Venture El Incorporated in the state of JL List business names used by Bidder during the past 10 years if different than above: Walsh Pacific Construction Bidder has been in business continuously from Bank Reference The Private Bank Bank No. of regular full -time employees: 4,187 1898 Year Matthew J. Gibbons Account Officer (312) 564 -1233 Officer's Phone No. Number of projects in the past 10 years completed: 180 ahead of schedule 403 on schedule 18 behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 116 years. As a subcontractor for years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name Title How Long With Bidder Reed Fhinger Project Manager 7 years Patrick Barnum Rachel Guinsatao Assistant Project Manager Project Engineer 1 year 2 years Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Responsible Bidder Determination Form P -25 Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? Yes ❑ No Surveyor's Name: 1— AU.I4 c_ cot List all those projects, of similar nature and size, completed by Bidder within the past 10 years. Include a reference for each. Any attached preprinted project listing must include all this information. Bidder must have at least 10 years experience working on projects of similar nature and size. Year Project Name Completed Western Wake Freeway 2012 Dan Ryan Expressway Reconstruction I-4 /Lee Roy Selmon Expressway Cnnnertnr IntarrhannP Keystone Pkwy and Main St Interchange McDaniel Road /Canal Toad Phase 1 1 -88 EB - Finely Road to IL Rte 83 2007 2013 2010 2010 2010 Contract Amount $468,747,000 $724,000,000 $414,000,000 $11,606,545 $21,163,577 $30,000,000 Owner /Reference Name and Phone North Carolina Turnpike Authority /Ron Hancock, (919) 707 -2400 Illinois Department of Transportation /Roman Meropolski, (847) 705 -4000 CCEI /Interstate Construction Office /Patrick Stanford, (813) 233 -3836 City of Carmel, IN /Michael McBride, PE, (317) 571 -1219 Crawfordsville District/Alan Plunkett, 1- 888 - 924 -6368 Illinois State Toll Highway Authority /Paul Kovacs, (630) 241 -6800 List all projects undertaken in the last 10 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Name of Client and Project None Contract Amount Total Claims Arbitrated or Litigated Amount of Settlement of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? El No ❑ Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? ® No 0 Yes If yes, please state: Project Name Contracting Party Bond Amount Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Responsible Bidder Determination Form P -26 Has Bidder ever been found guilty of violating any State or Federal employment laws? C1,No ❑ Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? 'No ❑ Yes If yes, give details: Has any adverse legal judgment been rendered against Bidder in the past 5 years? yr No ❑ Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? pt No ❑ Yes If yes, please state: Date Type of Iniury Agency Receiving Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his /her knowledge. The ersi9ned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder Title: Sean C. Walsh - President Date: P -27 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN /RENT C*r 3ZS Exaa4'.4e ZO ►2 Exec)lt.L gel 4- C 4r 320 €Arc4..,,.10s Z o ►t- CKee.114, .4 f e., l CA. -r DI D o sc .r Z bit. E.c,.c- 14..4- Re � 1- 'tolva L-7-1N �oa 4r 2-' L FXGe- 11c.1- 'Re.. 't // Ca-r S(7 gu4 .- Zo ►Z Ex 4JLs•. Rt.4' Labor to be used: I...6.1e.-ers) (�,��.ti.La...s ) C,1.1144 r •-� ature of A hor /ze an C. Walsh - President Local Agency Name Local Agency Address Local Agency Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted }with the Bid Proposal Project Name In ��.�r��,. A>icet.,� S S Iq3 " s-t . Farb' D, # 1441 Failure to list subcontractors with whom the bidder, if awarded the contract, will directly subcontract for performance of the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non - responsive and therefore void. Subcontractor(s) with whom the bidder will directly subcontract that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. To the extent the Project includes one or more categories of work referenced in RCW 39.30.060, and no auhrnntrartnr is Iictpd bpinw to p rfnrm curl' wnrk, the hiddpr cprtifips that the work will pithpr (i) hp p rfnrmpd hy the hiddpr itself nr (ii) hp pprfnrmpd hy a Inwpr tier subrontrartnr who will not rontract dirprtly with the bidder, Subcontractor Name ADP (ev.si1tucra 4 SV cs , 1x L Work to be Performed Cr EZ.i72tcfrL Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed * Bidder's are notified that is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected during the project. SR DOT 0 Revised Form 271 - 08/2012 15A1 EF SOB 1 ALLIANCE GEOMATICS I wf'f- i\tvir;� 541370 SURVEYING AND MAPPING Jay M. Byrd, PLs Vice President Chief Operations Officer 21 years' experience Mr. Byrd is vice president and chief operations officer for 1 Alliance Geomatics, LLC. Formerly a design - build and construction survey manager for Tetra Tech, Mr. Byrd has nearly twenty years of experience on public works and private land development surveying and mapping projects, including some of the largest projects in the Pacific Northwest. Mr. Byrd is accountable to the president for delegated operational duties, and construction services estimating and bidding duties. Formally educated at Renton Technical College, he earned his certificate in civil engineering technologies and land surveying in 1996. A registered professional land surveyor in the State of Washington, Mr. Byrd is particularly proficient in the heavy civil construction market, with progressively responsible management positions on six WSDOT design -build projects with an average construction cost of over $100 million and a multitude of other project delivery types of projects. Well known in the industry, Mr. Byrd specializes in construction surveying estimating and contracting with a heavy emphasis on client relations, project delivery, and customer service. Mr. Byrd has successfully lead teams of up to eight field crews and office computational staff for high- accuracy layout for roadway, bridges, and structures. Mr. Byrd has been in a responsible position for the construction layout of over 50 bridges in Washington State. Mr. Byrd has also performed a wide variety of field, office, and management duties including survey control, boundary surveying, topographic mapping, hydrographic mapping, and aerial survey control. His roles have included supervising and scheduling field crews, managing projects, client interfacing and preparing cost proposals for future work. Providing the next generation physical layout environment for civil engineering design and construction projects, Mr. Byrd is regularly sought out for his expertise in heavy civil construction. Mr. Byrd is currently on the United States Army Corps of Engineers, Seattle District, Civil Information Modeling (CIM) Advisory Committee where he contributes to the development of systems, standards, and contract language for 3D design and construction along with other specialists from around the country. SOS 1 ALLIANCE GEOMATICS wr-ri qJ iAri- 541370 SURVEYING AND MAPPING REPRESENTATIVE PROJECTS East Bound Nalley Valley HOV; Mowat Construction; Tacoma, WA $800,000 Mr. Byrd was responsible for the preparation of the cost estimate and won the contract to complete structure surveys for the East Bound (third phase) of the Nalley Valley project for Mowat Construction. Mr. Byrd supervised the computational and field layout services and served as the client manager. WSDOT I -90 Snowshed to Keechelus Dam; WSDOT, WA $350,000 Mr. Byrd prepared the cost estimate and won the contract to provide structure survey for the second phase of the 1 -90 Hyak project for Atkinson Construction. Construction Management Services for the South Park Bridge; King County, Bridges and Structures Unit; Seattle, WA $67,000 Mr. Byrd was responsible for the preparation of the cost estimate for the Quality Assurance /Quality Control survey of the South Park Bascule Bridge for HDR Engineering. He served as the client service manager and general manager for all logistical efforts to provide the high- accuracy measurements and reporting necessary for successful construction efforts. Howard Hanson Dam Risk Management Implementation; Graham - Malcolm JV $50,000 Mr. Byrd was responsible for the preparation of the cost estimate and management for the drilling of drains on the Howard Hanson Dam Improvement Project. Mr. Byrd supervised the surveyors who supported the precise drilling operation that needed to hit the center of a tunnel located more than 100 feet below the water's surface. SR 161 /SR 18 Interchange Improvements; WSDOT, WA $350,000 Mr. Byrd was responsible for proposing on and acceptance of award for the contract to perform survey services for the SR 161, SR 18, 1 -5 interchange for Mowat Construction. This contract included two large bridge structures up to 2,400 feet in length as well as road improvements and utilities. Bellevue Braids Design -Build ; WSDOT, WA $1,200,000 Mr. Byrd was responsible for managing the $8887000 survey for the Bellevue Braided Ramp design -build project. This project involved building six bridges, noise walls, retaining walls, road grading, utility relocation and storm staking. Henderson /M.L. King CSO Construction Surveying; King County; Seattle, WA $250,000 Mr. Byrd was responsible for the construction survey and settlement monitoring for over 2 miles of combined sewer pipeline and tunnel storage for the King County Wastewater division. The project included layout of pipeline offsets and control for a 14- foot - diameter 4,600 -foot tunnel along with building facilities for the conveyance and storage of combined storm and sewer prior to continuing to the Renton Wastewater Treatment Facility. 2 SOB 1 ALLIANCE GEOMATICS I H r I v o r 541 370 SURVEYING AND MAPPING PREVIOUS EMPLOYMENT INCA Engineers, Inc.; Bellevue, WA (1996 -2008) Tetra Tech, Inc.; Bellevue, WA (2008 -2012) 3